Loading...
HomeMy WebLinkAboutContract 58219-PM1 CSC No. 58219-PM1 FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF WATER, SEWER, PA VING, DRAINAGE & STREET LIGHT - IMPROVEMENTS TO SERVE BLAZING TRAIL DEVELOPMENT IPRC Record No.IPRC21-0047 City Project No. 103374 FID No.30114-0200431-103374-EO7685 File No. W-2777 X File No.X-26945 Mattie Parker David Cooke Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Lauren L. Prieur, P.E. Interim Director, Transportation and Public Works Department Prepared for The City of Fort Worth OFFICIAL RECORD 2022 CITY SECRETARY ,�..���� Baird, Hampton &Brown,Inc. FT. WORTH, TX �;�P�E ol=.rE 21 Engineering & Surveying • ':r fff 6300 Ridglea Place,Suite 700 Fort Worth,Texas 76116 .......... .......i* (817)338-1277 ...... i G.LaCROIX TBPE Firm#44 JOSEPH / ...�.................... ...J TBPLS Firm#10011300 �'0 127049 .(�� 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 8 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00-General Conditions Last Revised nn� 4wit do t Bidder oa4o4om 004100 Bid-Fam nn m�-.1 21- 00 42 43 Proposal Form Unit Price 05/22/2019 0043 3 Bid Bend 4 ins 1/2 4 nno0-4 nn 24W 4 00 45 12 Pre qualification Statement 09/01/2015 0045 13 Bidder Pre qualification Application 03/09/2020 00 45 26 Contractor Compliance with Workers'Compensation Law 04/02/2014 nnGoa!Business08 i 1�g 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 007 00 Supplement Conditions 07/01/2011 00 73 10 Standard City Conditions of the Construction Contract for Developer 01/10/2013 Awarded Projects Division 01 -General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 2500 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 01 31 20 Project Meetings 07/01/2011 01 3233 Preconstruction Video 08/30/2013 01 3300 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporn 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 7123 Construction Stakin 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 1 Operation and Maintenance Data 04/07/2014 01 7839 1 Project Record Documents 04/07/2014 CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS 103374 Revised March 20,2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents NONE Date Modified 02A44-3 celeetiye Site Demelit:e« 02 41-z14 Utility Remw,,a1,1Abandanmea n Division 03 Gonel<ete 033000 Gast I Dlaee r „,.,.ore n n 3Zv3-p3 4 �1 0=3- YI'tlV Mediflemiam,to Bidsr:.,..!''.. �.�.. t+t......t.._. 2 AAA 2-A3-33 l Z1 io go Z 1� Be f'V't'tl' �3H--9A Fi;�ens zl 3201 17 Pef:Fnanefit Asphalt Paying R�epaif 332 Ate} 3244--29 Lime Treated Base GOUFSeS 3Jz--A 21 1- 3J2 W 20 ,Driveways and PaFFier:Free Ramps 27 27 27 CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised March 20,2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 '27 6 Wire Fences and-Aes 32 M p Weed 9 32 93 4 -Treesa ct1,. bs Division 33 T7—vi?i c 33 22 33 �2jai 2 Z� G _ (• t,- 1 Toter Ct.,t' Z2 '2 2 33 �22 �-trJTv 3334-S-1-2 3345-44 33 05 14 Adjusting Maikholes, inlets,Valve Boxes-,a-nd Other-Swaet�afes te Gfade 33-" 3345-R T ztrircc.1 T—':::_r--Dl to z 330522 22 12 330526 22 ZZ� R It Nuts, .1 Gigskets � 12 '2 2 9- 4X4444 Buried Steel Z2 22� xx7 ter-SenAees 1 1+ + '1 ineb Z2 22� Resilient C r .1 Gate V v -3 22 33 123 444240 4a44-5-0 3344-60 33 Blazing Trail Development CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised March 20,2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 3331 33 31 14 -3331 24 33 3-1 23 eat 8 44-3#�$ 9 r + in nlaee r - M r idles A 3-39-4A 9 Epoxy 33 44--0 3 -46-G 3Z� r + ' D1 �2�2 ^fin ^n wall Transpo'm—fic-m- 34-4440 z n n�vr Attaehment A r n r.bidet —cvircrp�ntx caoxx c 2 4n 2 4n�0-3 344144 2n 34-44-44 ZAP 34�-41 20.01 2 AA A�-�z-z.02 2 A ^�0✓ 14 A CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised March 20,2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: htt :Hfortworthtexas. ov/t w/contractors/ or https:Happs.fortworthtexas.L,ov/ProiectResources/ Division 02-Existing Conditions Last Revised 0241 13 Selective Site Demolition 12/20/2012 0241 14 Utili Removal/Abandonment 12/20/2012 0241 15 Paving Removal 02/02/2016 Division 03-Concrete 03 30 00 Cast-In-Place Concrete 12/20/2012 03 34 13 Controlled Low Stren h Material CLSM 12/20/2012 080 0 Modifications to Existin Concrete Structures 12/20/2012 03 Division 26-Electrical 26 05 00 Common Work Results for Electrical 11/2 2605 10 Demolition for Electrical Systems 12/200/201/20122 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Under ound Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 Communications Multi-Duct Conduit 1 02/26/2016 Division 31 -Earthwork 31 1000 Site Clearin 1 1/2 3123 16 Unclassified Excavation 0 /28/2013/201 31 23 23 Borrow 1/28/2013 31 24 00 Embankments 12/2 0 2/201 31 25 00 Erosion and Sediment Control 4 L QO-1 34-36-00 Gabie 31 3700 Ri ra 12/20/2012 Division 32-Exterior Improvements 32-044-7 -32-" 32 01 29 Concrete PavingRe air 12/20/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 1133 Cement Treated Base Courses 12/20/2012 32 11 37 Liquid Treated Soil Stabilizer 08/21/2015 Asphalt PmJ!tS Asphalt Pavi 33 3213 13 Concrete Pavin 16//05/201/2018 32 13 20 Concrete Sidewalks,Driveways and Barrier Free Ram s 12 32 1373 Concrete Pavin Joint Sealants 12/2200/20122 32 14 g CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised March 20,2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 32 17 23 Pavement Markings 11/22/2013 32 17 25 Curb Address Paintin 11/04/2013 z'� Grain ter a r t e-, nishin= of Parkwa s ,����ni �i� 323126 WirFj _Gate, 3212-9 xa x .a Gates 3' 12/20/201z2 3291 19 To soil Placement and Fi- 32 92 13 Hydro-Mulching, Seeding,and Sodding 12/20/2012 Division 33-Utilities 33 01 30 Sewer and Manhole Testing12/20/2012 33 01 31 Closed Circuit Television CCTV Ins ection 03/03/2016 49-03-340 33-0� joint Bending and Peotfieal isolation 334444 34--" n r mom, 434440 33 04 40 Cleaning and Acce tance Testin7 of Water Mains 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 3305 10 Utility Trench Excavation,Embedment,and Backfill 12/12/2016 3305 12 Water Line Lowerin 12/20/2012 3305 13 Frame,Cover and Grade Rings—Cast Iron 01/22/2016 3305 13.10 Frame, Cover and Grade Rings-Composite 01/22/2016 3305 14 Adjusting Manholes, Inlets,Valve Boxes,and Other Structures to 12/20/2012 Grade 3305 16 Concrete Water Vaults 12/20/2012 3305 17 Concrete Collars 12/20/2012 33 05 20 Auger Borin 12/20/2012 } , raninn,2 T 1 i;..e,-Dla+ �T 33 05 22 Steel Casing Pie 12/20/2012 33-A5-24 33 05 24 Installation of Carrier Pi e in Casinz or Tunnel Liner Plate 06/19/2013 33 05 26 Utili y Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 1105 Bolts Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pie 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Poly in 1 Chloride PVC Pressure Pie 11/16/2018 Q ti 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 1210 Water Services 1-inch to 2-inch 02/14/2017 33 12 11 Lar e Water Meters 12/20/2012 /2012 33 1220 Resilient Seated Gate Valve 12/204 ,,�� nWi � 33 1225 Connection to Existing Water Mains 02/06/2013 3.�� Gewb- ,, 33 12 40 Fire H drants 01/03/2014 CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised March 20,2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 33 1250 Water Sam le Stations 12/20/2012 33 1260 Standard Blow-off Valve Assembl-y 06/19/2013 1-2ift pla 44404 1 33 31 20 Polyvinyl Chloride PVC Gravity Sanitary Sewer Pie 06/19/2013 33 31 21 Polyvinyl Chloride(PVC)Closed Profile Gravity Sanitary Sewer 12/20/2012 Pi e 33 M-2-2 Sli 93-34-2-3 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 z 8 / 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 �8 33-39-48 33 39 60 E oxy Liners for Sanita Sewer Structures 12/20/2012 3341 10 Reinforced Concrete Storm Sewer Pi e/Culverts 07/01/2011 3-3 4-144 ,,„fin QDDr 434642 T.ene 33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Dr o Inlets 12/20/2012 3349 40 Storm Draina a Headwalls and Win gwalls 07/01/2011 Division 34-Transportation 12444044— rr�cu '2 A�oz 2 A � 1,/',fir✓ 1 7/'lei 2A� 11/'l�')1')n1� �4tl 34 41 20 RoadwayIllumination Assemblies 12/20/2412 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 �n n�oi 06454015 444 7�� nti/,�n 34 41 30 Aluminum Si S 11/12/2013 02464044 94-4--59 3471 13 Traffic Control 11/22/2013 CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised March 20,2020 Fort Worth CFA Form-Rounde BAP-BID PROPOSAL Page 1 of? SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Pro.jecl Item Information Bidder's Proposal Bidlist Description Specification Section Na. Unit of Bid Unit Price Bid Value Item No. Measure Quantity UNIT 1:WATER IMPROVEMENTS 1 0241.1015 Remove 12"Water Line 0241 14 LF 50 $53.76 $2,688.00 2 0241.1305 Remove 12"Water Valve 0241 14 EA 1 $1,702.57 $1,702.57 3 0241.1118 4"-12"Pressure Plug 0241 14 EA 4 $2,422,37 $9,689.48 4 0241.1510 Salvage Fire Hydrant 0241 14 EA 1 $9,494,79 $9,484.79 5 3305.1004 24"Casing By Open Cut 33 05 22 LF 185 $336.48 $62,248.80 6 3305.1104 24"Casing By Other Than Open Cut 33 05 22 LF 66 $1,009.43 $66.622.38 7 3305,2004 12"Water Carrier Pipe 33 05 24 LF 66 $144.38 $9,529.08 8 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 TON 3.70 $1,651.62 $6,110.99 9 3311-0161 6"PVC Water Pipe 33 1 1 12 LF 145 $62.83 $9,110.35 10 3311,0261 8"PVC Water Pipe 33 11 12 LF 45 $97,59 $3,941.55 11 3311.0447 12"Water Pipe,CLSM Back1ill 33 11 10,33 11 12 LF 115 $284.53 $32,720.95 12 3311.0461 12"PVC Water Pipe 33 11 12 LF 4,445 $134.71 $598,785.95 13 3M 2.0001 Fire Hydrant 33 12 40 EA 12 $7,808.45 $93,701.40 14 3312.0117 Connection to Existing 4"-12"Water Main 33 1225 EA 2 $7,472.57 $14,945.14 15 3312.2203 2"Water Service 33 1210 EA 4 $6,944.60 $27,778.40 16 3312.3002 61'Gate Valve 33 1220 EA 14 $2,475.55 $34,657.70 17 3312,3003 8"Gate Valve 33 1220 EA 2 $3,291.07 $6,582.14 18 3312.3005 121"Gate Valve 33 1220 EA 19 $5,567.28 $105,778.32 19 3305.0109 Trench Safety 3305 10 LF 4,750 $9.48 $45,030.00 20 9999.0001 8"Double Detector Check and Vault 3112 11 EA 2 $36,875.98 $73.751.96 TOTAL UNIT I:WATER IMPROVEMENTS $1,214,859.95 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version May 22,2019 Blazing Trail CFA-Updated 09.28 Fort Worth CFA Form-Rounde DAP-BID PROPOSAL Page 2 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item lnfonnation Bidder's Proposal Bidlist Description Specification Section No. unit of Bid unit Price Bid Value Item No. Measure Quanlily UNIT II:SANITARY SEWER IMPROVEMENTS 1 0241,2014 Remove 10"Sewer Line 0241 14 LF 50 $71,84 $3,592.00 2 0241.2104 10"Sewer Abandonment Plug 0241 14 EA 1 $5,766.42 $5,766A2 3 330L0001 Pre-CCTVlnspection 320131 LF 50 $33.42 $1,671.00 4 3301.0002 Post-CCTV Inspection 3301 31 LF 4,297 $6.68 $29,703.96 5 3301,0101 Manhole Vacuum Testing 3101 30 FA 23 S167.08 $3,842.84 6 13305.0109 Trench Safety 3305 10 LF 4,297 $12.33 $52,982.01 7 3305.0112 Concrete Collar 3305 17 EA 11 $835.38 $9,189.18 8 3305,0113 Trench Water Stops 3305 15 EA 1 $3,898.43 $3,898.43 9 3331.4108 6"Sewer Pipe 33 11 10,33 31 12,33 31 2 LF 72 S67.94 $4,891.68 10 3331.4115 8"Sewer Pipe 33 11 10,33 31 12,33 31 2 LF 4,205 $130.32 $547,995.60 11 3331,5747 8"Sewer Pipe,CLSM Backfill 33 11 10,33 31 12,3331 2 LF 20 $544.11 $10,882.20 I2 3305,1003 20"Casing By Open Cut 33 05 22 LF 195 S265.09 $51,692.55 13 3339.0001 Epoxy Manhole Liner 33 39 60 VF 240 S523.50 $125,640.00 14 3339.1001 4'Manhole 33 39 10,33 39 20 EA 23 $14,042.02 $322,966.46 15 3339.1003 4'Extra Depth Manhole 33 39 10,33 39 20 VF 102 $1,068.86 $109,023.72 TOTAL UNIT 11: SANITARY SEWER IMPROVEMENTS $1,282,738-05 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version May 22.2019 Blazing Trail CFA-Updated 09.28 Fort Wonh CFA Form-Rounde DAP-BID PROPOSAL Page 3 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidiist Description Specification Section No. Unit of Bid Unit Price Bid Value Item No. Measure Quantity UNIT III.DRAINAGE IMPROVEMENTS 1 3305.0109 Trench Safety 3305 10 LF 499 $74.23 $37,040.77 2 3349.0102 4'Manbole Riser 33 49 10 EA 1 $6,421,40 $6,421.40 3 3341-0202 21"RCP,Class IV 3441 10 LF 52 $114.17 $5,936.84 4 3341.0205 24"RCP,Class III 3341 10 LF 102 $125.86 $12,837.72 5 3341.1001 2x2 Box Culvert 3341 10 LF 38 $246,16 $9,354.08 6 3341.1101 4x2 Box Culvert 3341 10 LF 75 $305.19 $22,88915 7 3341.1302 6x3 Box Culvert 3341 10 LF 100 $558.09 $55,809.00 8 3341.1501 80 Box Culvert 3341 10 LF 132 $658.28 $86,892.96 9 3349,1000 Headwall,Box Culvert 33 49 40 Cy 50 $1,136.65 $56,832.50 10 13349.1003 24"Flared Headwall,1 pipe 33 49 40 EA 1 $3,429.51 $3,429.51 11 3349.4001 Double SET,Type I for Box Culverts 334940 CY 20 $2,116.07 $42,321.40 12 3349.5001 10'CurbInlet 334920 EA 2 $8,597.71 $17,195.42 13 3349.5001 20'Curb Inlet 33 49 20 EA 2 $14,435.34 $28,870.68 14 3125.0101 SWPPP>I Acre 312500 LS 1 $54,863.19 $54,863.19 TOTAL UNIT Ill: DRAINAGE IMPROVEMENTS $440,694.72 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT4ON DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version May 22,2019 Blazing Trail CFA-Updated 09.28 Fort Worth CFA Form-Rovnde OAP-BID PROPOSAL Page 4 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project hem Information Bidder's Proposal Bidlist Description Specification Section No. Unit of Bid Unit Price Bid Value Item No. Measure Quantity UNIT IV:PAVING IMPROVEMENTS 1 0170.0100 Mobilization 01 7000 LS 1 $92,444.74 $92,444.74 2 0171.0101 Construction Staking 01 71 23 LS 1 $15,169.17 $15,169.17 3 0241.1000 Remove Cone Pvmt 0241 15 SY 100 $15.73 $1,573.00 4 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 30,000 $5.85 $175,500.00 5 3137.0101 Concrete Riprap 31 3700 SY 1,115 $137.22 $153,000.30 G 13211.0400 Hydrated Lime 32 1129 TN 197 $228.41 $44,996.77 7 321 1.0502 8"Lime Treatment 32 11 29 SY 9,815 $2,27 $22,280.05 8 3213.0104 9"Conc Pvmt 32 13 13 SY 9,435 $125.27 $1,181,922.45 9 3213.0311 4"Cone Sidewalk,Adjacent to Curb 32 13 20 SF 43,625 $9.00 $392,625.00 10 3213.0506 Barrier Free Ramp,Type P-1 32 1320 EA 6 $1,405.90 $8,435.40 11 3216.0101 6"Cone Curb and Gutter 32 1613 LF 4,550 $13.50 $61,425.00 12 13217.0004 4"BRK Pvmt Marking HAS(Y) 32 1723 LF 4,475 $2.02 $9,039.50 13 3217.0201 8"SLD Pvmt Marking HAS(W) 32 1723 LF 40 $3,37 $134.80 14 3217.0501 24"SLD Pvmt Marking HAE(W) 32 1723 LF 20 $11.25 $225.00 15 3292.0100 Block Sod Placement(Within R.O.W) 3292 13 SY 740 $14.57 $10.791.80 16 3292.0200 Seeding,Broadcast (Mass Grading&Detentio 3292 13 SY 110,000 $3,26 $358,600.00 17 3292.0201 Utility Service Surface Restoration Seeding(U 3292 13 SY 8,425 $2.51 $21,146.75 18 3292,0500 Seeding,Soil Retention Blanket(Channels) 3292 13 SY 275 $7.76 $2,134,W 19 3305.0202 Imported EmbedmentBackfill,CSS 3305 10 CY 450 $331.02 $148,959.00 20 3441.4006 Install Alum Sign Ground Mount 3441 30 EA 1 $1,732.07 $1,732.07 21 9999.0003 Reinforced Conc.Weir Structure(Pond B4) 03 30 00 CF 1,060 $49.04 $51,982,40 22 2605.3127 Fumishllnstall Conduit-Schedule 80 PVC 6 Ini 26 05 33 LF 560 $73,11 $40,941.60 23 3471.0001 Traffic Control 3471 13 MO 4 $9,138.36 $36,553.44 24 9999,0002 4"Cone Pilot Channels 32 1320 SF 15,275 $10.12 $154,583.00 TOTAL UNIT IV: PAVING IMPROVEMENTS1 $21986.185.24 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIRCATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version May 22,2019 Blazing Trail CFA-Updated 09.28 Fort Worth CFA Form-Rounde DAP-BID PROPOSAL Page 5 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Hem lnfonnation Bidder's Proposal Bidlist Unit of Bid Description Specification Section No. Unit Price Bid Value Item No. Measure Quantity UNIT V:STREET LIGHTING IMPROVEMENTS 1 2605.3015 2"CONDT PVC SCH 80(T) 2605 33 LF 2,285 $24.281 $55,479.80 2 3441-1405 NO 2 Insulated Elec Condr 3441 10 LF 6,855 $5.96 $40,855.80 3441 20 12 3 3441.3051 Furnish/Install LED Lighting Fixture(137 wati EA $1,398.52 $16,782.24 4 3441.3302 Rdwy Ilium Foundation TY 3,5,6,and 8 3441 20 EA 12 $4,660.11 $55,921.32 5 3441,3352 Furnish/Install Rdway Ilium TY 18 Pole 3441 20 EA 12 $3,067.32 $36.807.84 6 3441.1645 Furnish/Install Type 33A Arm 3441 20 EA 12 $587.64 $7,051.68 7 3441,1502 Ground Box Type B,w/Apron 3441 20 EA 4 $1,720.88 $6,883.52 8 3441.1773 Furnish/Install 120-240 Volt Single Phase Met 3441 20 EA 1 $10,861.55 $10,861.55 TOTAL UNIT V:STREET LIGHTING IMPROVEMENTS $230,643.75 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version May 22.2019 Blazing Trail CFA-Updated 09.28 Fort Worth CFA Farm-Rounde DAP-BID PROPOSAL Page 6 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL.FORM UNIT PRICE BID Bidder's Application Project Item Biforriiation Bidders Proposal Bidlist Description Specification Section No. Unit of Bid unit Price Bid Value Item No. Measure Quantity UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 TOTAL UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version May 22.2019 Blazing Trail CFA-Updated 09.28 Fort Worth CFA Form-Rounds DAP-130 PROPOSAL Page 7 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Prgjecl Item Infoonalion Bidder's Proposal Bidlisl Unit of Bid Description Specification Seclion No. Unit Price Bid Value hens No. Measure Quantity Bid Summary UNIT I:WATER IMPROVEMENTS $1,214,859.95 UNIT II:SANITARY SEWER IMPROVEMENTS $1,282,738.06 UNIT III:DRAINAGE IMPROVEMENTS $440,694.72 UNIT IV: PAVING IMPROVEMENTS $2,986,185.24 UNIT V:STREET LIGHTING IMPROVEMENTS $230,643.75 UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bid $6,155,121.71 This Bid is submitted by the entity named below: BIDDER: BY:Scott Reynolds Catamount Constructors,Inc. TITLE: President 4630 North Loop 1604 West,Suite 1.0 DATE:N123l202 San Antonio.TX 78249 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 170 working days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version May 22,201 g Blazing Trail CFA-Updated 09.28 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 8 of 8 Appendix GG 4.0 A 1 bi!4y of LafwlS GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GG n D TA• '�y and�x7omen!l ' BusinessL' t c ew44ranee GC-6.09 Permits and Utilities GG 6.24— GR-01 60 00 Product Requirements END OF SECTION Blazing Trail Development CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised March 20,2020 004512-1 PREQUALIFICATION STATEMENT Page 1 of 2 1 SECTION 00 4512 2 PREQUALIFICATION STATEMENT 3 4 Each Bidder for a City procurement is required to complete the information below by 5 identifying the prequalified contractors and/or subcontractors whom they intend to utilize for 6 the major work type(s) listed. .-- -- - - e qualification^ Major Work Type Contractor/Subcontractor- --FPr Company Name Expiration Date I Water Distribution, Development, 12-inch diameter and smaller oS-5 Sewer Collection System, Development,8-inches and L !!JJ smaller Wot'5 �YIC• Concrete Paving Vlr Construction/Reconstruction (LESS THAN 15,000 square �A yards)* �011a1 LP3/ 3) .l �j Roadway and Pedestrian �GY\ l e Cyr 1G� Iv,c. lZ 3 Lighting Water Line Boring Skaggs Road Boring 4/30/2023 10/31/22 i 7 8 9 CITY OF FORT WORTH BLAZING TRAIL DEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 103374 Revised September 30,2021 004512-2 PREQUALIFICATION STATEMENT Page 2 of 2 1 The undersigned hereby certifies that the contractors and/or subcontractors described 2 in the table above are currently prequalified for the work types listed. 3 4 BIDDER: 5 6 CATAMOUNT CONSTRUCTORS, INC. By: T1 e ew 7 Company (Please Print) 8 9 4630 North Lop 1604 West.Ste. 130 Signature: 10 Address 11 12 _San Antonio,TX 78249 Title: ��S`► U-;T 13 City/State/Zip (Please Print) 14 15 Date: _ ZZ 16 17 END OF SECTION 18 CITY OF FORT WORTH BLAZING TRAIL DEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 103374 Revised September 30,2021 00 45 26-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended,Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No103374 Contractor further certifies that, pursuant to Texas Labor Code,Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 CONTRACTOR:Catamount Constructors,Inc. Scott Reynolds 9 By: 10 Company (Please Print) 11 4630 North Loop 1604 West,Suite 130 12 _ Signature: z2- 13 Address 14 San Antonio,Tx 78249 --Rcesident 15 _ _ _ Title: � 16 City/State/Zip (Please Print) 17 18 19 THE STATE OF TEXAS § 20 21 COUNTY OF TARRANT § 22 23 BM&i= ja �rity, this day personally appeared 24 known to me to be the person whose name is 25 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the 26 same as the act and deed of for the purposes and 27 consideration therein expressed and in the capacity therein stated. 28 29 EN DER MY A D AND SEAL OF OFFICE this day of 30 20_. 31 32 33 I.EAH HARgERT _?:• Notary Public,State OfTexas 34 - y= Comm. Expires 03-05-2024 Notary Public in and for the State of Texas 1:Qz 35 391 of�;o� Notary ID 132 133 OF SECTION �nnu, CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 103374 Revised April 2,2014 005243-1 Developer Awarded Project Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 / 4 THIS AGREEMENT,authorized on 2022 is made by and between the Developer, 5 RLP III Blazing Trial Phase I, LLC, a Delaware limited liability company, authorized to do business 6 in Texas("Developer"),and Catamount Constructors, Inc.,a Colorado corporation, authorized to 7 do business in Texas,acting by and through its duly authorized representative, ("Contractor"). 8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree 9 as follows: 10 Article 1.WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part 15 is generally described as follows: 16 WATER,-SEWER PAVING. DRAINAGE&STREET LIGHT IMPROVEMENTS TD SERVE BLAZING TRAIL 17 DEVELOPMENT 18 City Project No. 103374 IPRC21-0047 CFA21-0113 19 Article 3.CONTRACT TIME 20 3.1 Time is of the essence. 21 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 22 Documents are of the essence to this Contract. 23 3.2 Final Acceptance. 24 The Work will be complete for Final Acceptance within f 170 3 working days after the 25 date when the Contract Time commences to run as provided in Paragraph 12.04 of the 26 Standard City Conditions of the Construction Contract for Developer Awarded Projects. 27 3.3 Liquidated damages 28 Contractor recognizes that time is of the essence of this Agreement and that Developer 29 will suffer financial loss if the Work is not completed within the times specified in 30 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of BLAZING TRAIL DEVELOPMENT CITY OF FORT WORTH 103374 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS Revised June 16,2016 005243-2 Developer Awarded Project Agreement Page 2 of 4 31 the Standard City Conditions of the Construction Contract for Developer Awarded 32 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 33 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 34 completed on time. Accordingly, instead of requiring any such proof, Contractor agrees 35 that as liquidated damages for delay(but not as a penalty),Contractor shall pay Developer 36 One Thousand Two Hundred Fifty Dollars($1,250.00 )for each day that expires after the 37 time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter 38 of Acceptance. 39 Article 4. CONTRACT PRICE 40 Developer agrees to pay Contractor for performance of the Work in accordance with the 41 Contract Documents an amount in current funds of: 42 Six Million One-Hundred Fifth-Five Thousand One-Hundred Twenty-one Dollars and Seventy_ 43 One Cents Dollars f$ 6,155,.121_ 71 ) 44 Article S.CONTRACT DOCUMENTS 45 5.1 CONTENTS: 46 A.The Contract Documents which comprise the entire agreement between Developer and 47 Contractor concerning the Work consist of the following: 48 1. This Agreement. 49 2. Attachments to this Agreement: 50 a. Bid Form (As provided by Developer) 51 1) Proposal Form (DAP Version) 52 2) Prequalification Statement 53 3) State and Federal documents(project specific) 54 b. Insurance ACORD Form(s) 55 c. Payment Bond (DAP Version) 56 d. Performance Bond (DAP Version) 57 e. Maintenance Bond (DAP Version) 58 f. Power of Attorney for the Bonds 59 g. Worker's Compensation Affidavit 60 h. MBE and/or SBE Commitment Form (If required) CITY OF FORT WORTH BLAZING TRAIL DEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised June 16,2016 005243-3 Developer Awarded Project Agreement Page 3 of 4 61 3. Standard City General Conditions of the Construction Contract for Developer 62 Awarded Projects. 63 4. Supplementary Conditions. 64 S. Specifications specifically made a part of the Contract Documents by attachment or, 65 if not attached,as incorporated by reference and described in the Table of Contents 66 of the Project's Contract Documents. 67 6. Drawings. 68 7. Addenda. 69 8. Documentation submitted by Contractor prior to Notice of Award. 70 9. The following which may be delivered or issued after the Effective Date of the 71 Agreement and,if issued,become an incorporated part of the Contract Documents: 72 a. Notice to Proceed. 73 b. Field Orders. 74 c. Change Orders. 75 d. Letter of Final Acceptance. 76 10. Article 6. Community Facilities Agreement Contractor has been provided with a 77 copy of the Community Facilities Agreement by and between the City and Developer 78 and Contractor agrees to comply with the provisions of the Community Facilities 79 Agreement applicable to Contractor's performance of the Work. 80 Article 6. INDEMNIFICATION 81 6.1 CONTRACTOR COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND, 82 AT ITS OWN EXPENSE,THE CITY OF FORT WORTH, (THE -CITY-), ITS OFFICERS,SERVANTS 83 AND EMPLOYEES, DEVELOPER, BLAZING TRAIL, L.P., LINCOLN PROPERTY COMPANY 84 COMMERCIAL, INC., AND THEIR RESPECTIVE PARTNERS, OFFICERS, DIRECTOR, 85 SHAREHOLDERS,EMPLOYEES,MEMBERS,MANAGERS,AGENTS,SERVANT,CONTRACTORS 86 AND AFFILIATES (INDIVIDUALLY, AND "INDEMNIFIED PARTY AND COLLECTIVELY, THE 87 "INDEMNIFIED PARTIES")FROM AND AGAINST ANY AND ALL CLAIMS ARISING OUT OF,OR 88 ALLEGED TO ARISE OUT OF, THE WORK AND SERVICES TO BE PERFORMED BY THE 89 CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, SUBCONTRACTORS, LICENSES OR 90 INVITEES UNDER THIS CONTRACT. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY 91 INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL 92 OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED IN WHOLE OR IN PART BY 93 ANY ACT OMISSION OR NEGLIGENCE OF THE CITY. THIS INDEMNITY PROVISION IS BLAZING TRAIL DEVELOPMENT CITY OF FORT WORTH 103374 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS Revised June 16,2016 005243-4 Developer Awarded Project Agreement Page 4 of 4 94 INTENDED TO INCLUDE, WITHOUT LIMITATION, INDEMNITY FOR COSTS, EXPENSES AND 95 LEGAL FEES INCURRED BY THE CITY IN DEFENDING AGAINST SUCH CLAIMS AND CAUSES 96 OF ACTIONS. 97 98 6.2 CONTRACTOR COVENANTS AND AGREES TO INDEMNIFY AND HOLD HARMLESS, AT ITS 99 OWN EXPENSE, THE CITY, ITS OFFICERS, SERVANTS AND EMPLOYEES, AND THE OTHER 100 INDEMNIFIED PARTIES FROM AND AGAINST ANY AND ALL LOSS, DAMAGE OR 101 DESTRUCTION OF PROPERTY OF THE CITY, ARISING OUT OF, OR ALLEGED TO ARISE OUT 102 OF, THE WORK AND SERVICES TO BE PERFORMED BY THE CONTRACTOR, ITS OFFICERS, 103 AGENTS, EMPLOYEES, SUBCONTRACTORS, LICENSEES OR INVITEES UNDER THIS 104 CONTRACT. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE 105 AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE 106 DAMAGES BEING SOUGHT WERE CAUSED IN WHOLE OR IN PART BY ANY ACT OMISSION 107 OR NEGLIGENCE OF THE CITY. 108 6.3 IT IS THE INTENT OF THE PARTIES HERETO TO NOT VIOLATE THE PROVISIONS OF 109 CHAPTER 151 OF THE INSURANCE CODE OR OTHER STATES APPLICABLE LAW 110 AND IT IS AGREED WITH RESPECT TO ANY LEGAL LIMITATIONS NOW OR HEREAFTER IN 111 EFFECT AND AFFECTING THE VALIDITY OR ENFORCEABILITY OF THE INDEMNIFICATION 112 OBLIGATIONS UNDER THIS SECTION 11.2,SUCH LEGAL LIMITATIONS ARE MADE A PART 113 OF THE INDEMNIFICATION OBLIGATIONS AND SHALL OPERATE TO AMEND THE 114 INDEMNIFICATION OBLIGATIONS TO THE MINIMUM EXTENT NECESSARY TO BRING THE 115 PROVISIONS INTO CONFORMITY WITH THE REQUIREMENTS OF SUCH LIMITATIONS, 116 AND AS SO MODIFIED,THE INDEMNIFICATION OBLIGATIONS SHALL CONTINUE IN FULL 117 FORCE AND EFFECT. 118 119 Article 7. MISCELLANEOUS 120 7.1 Terms. 121 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of the 122 Construction Contract for Developer Awarded Projects. 123 7.2 Assignment of Contract. 124 This Agreement, including all of the Contract Documents may not be assigned by the 125 Contractor without the advanced express written consent of the Developer. CITY OF FORT WORTH BLAZING TRAIL DEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised June 16,2016 005243-5 Developer Awarded Project Agreement Page 5 of 4 126 7.3 Successors and Assigns. 127 Developer and Contractor each binds itself, its partners, successors, assigns and legal 128 representatives to the other party hereto, in respect to all covenants, agreements and 129 obligations contained in the Contract Documents. 130 7.4 Severability. 131 Any provision or part of the Contract Documents held to be unconstitutional, void or 132 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 133 remaining provisions shall continue to be valid and binding upon DEVELOPER and 134 CONTRACTOR. 135 7.5 Governing Law and Venue. 136 This Agreement, including all of the Contract Documents is performable in the State of 137 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 138 Northern District of Texas, Fort Worth Division. 139 140 7.6 Authority to Sign. 141 Contractor shall attach evidence of authority to sign Agreement, if other than duly 142 authorized signatory of the Contractor. 143 144 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 145 counterparts. 146 147 This Agreement is effective as of the last date signed by the Parties("Effective Date"). 148 149 150 151 152 153 CITY OF FORT WORTH BLAZING TRAIL DEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised June 16,2016 005243-6 Developer Awarded Project Agreement Page 6 of 4 Contractor: Catamount Constructors, Inc., a Colorado corporation By: Name: Scott R o ds Title: President Company Name: Catamount Constructors, Inc. Address:4630 North Loop 1604,West, Suite 130 City/State/Zip: San Antonio,Texas 78249 (p Z Z Date 154 155 156 157 158 159 160 161 162 163 164 165 166 167 168 CITY OF FORT WORTH BLAZING TRAIL DEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised June 16,2016 005243-7 Developer Awarded Project Agreement Page 7 of 4 169 Developer: 170 RLP III BLAZING TRAIL PHASE I,LLC, 171 a Delaware limited liability company 172 By: RLP III Blazing Trail JV, LLC, 173 a Delaware limited liability company, its sole member 174 175 By: RLP III Blazing Trail Investor, LLC, a 176 Delaware limited liability company, its managing member 177 178 By: US Regional Logistics Program III, L.P., 179 a Delaware limited partnership, its sole member 180 181 By: US RLP III GP, LLC, 182 a Delaware limited liability company, 183 its general partner 184 185 By: US Equity Advisors, LLC, 186 a Texas limited liability company, 187 its sole member 188 189 A-- , LL 190 d li ility company,its sole 191 192 193 194 GE AI_I FN 195 Title: FYecutive Managing Director' 196 197 Company Name: RLP III Forth Worth, LLC 198 Address: 9830 Colonnade Blvd.,Ste.600 199 City/State/Zip: San Antonio,Texas 78230 200 201 Date: CITY OF FORT WORTH BLAZING TRAIL DEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised June 16,2016 ® POLICY NUMBER: CGD740929108 COMMERCIAL GENERAL LIABILITY CG20371219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION FOR WHOM VARIOUS AS REQUIRED PER WRITTEN YOU ARE PERFORMING OPERATIONS WHEN YOU CONTRACT. AND SUCH PERSON OR ORGANIZATION HAVE AGREED IN WRITING IN A CONTRACT OR AGREEMENT THAT SUCH PERSON OR ORGANIZATION BE ADDED AS AN ADDITIONAL INSURED ON YOUR POLICY, PROVIDED THE "BODILY INJURY"OR"PROPERTY DAMAGE" OCCURS SUBSEQUENT TO THE EXECUTION OF THE WRITTEN CONTRACT OR WRITTEN AGREEMENT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is property damage�� caused, in whole or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included in the"products-completed operations hazard". 1. Required by the contract or agreement; or However: 2. Available under the applicable limits of 1. The insurance afforded to such additional insurance; insured only applies to the extent permitted by whichever is less. law; and This endorsement shall not increase the 2. If coverage provided to the additional insured is applicable limits of insurance. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 1219 ©Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER:CGD740929108 COMMERCIAL GENERAL LIABILITY CG20101219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organizations) Locations Of Covered Operations ANY PERSON OR ORGANIZATION FOR WHOM YOU VARIOUS AS REQUIRED PER WRITTEN CONTRACT ARE PERFORMING OPERATIONS WHEN YOU AND SUCH PERSON OR ORGANIZATION HAVE AGREED IN WRITING IN A CONTRACT OR AGREEMENT THAT SUCH PERSON OR ORGANIZATION BE ADDED AS AN ADDITIONAL INSURED ON YOUR POLICY, PROVIDED THE "BODILY INJURY" OR "PROPERTY DAMAGE" OCCURS SUBSEQUENT TO THE EXECUTION OF THE WRITTEN CONTRACT OR WRITTEN AGREEMENT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to 2. If coverage provided to the additional insured is include as an additional insured the person(s) or required by a contract or agreement, the organization(s) shown in the Schedule, but only insurance afforded to such additional insured with respect to liability for "bodily injury", "property will not be broader than that which you are damage" or "personal and advertising injury" required by the contract or agreement to causedain whole or in part, by: provide for such additional insured. 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and CG 2010 12 19 ©Insurance Services Office, Inc., 2018 Page 1 of 3 B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage"occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. Page 2 of 3 ©Insurance Services Office, Inc., 2018 CG 20 10 12 19 C. With respect to the insurance afforded to these 2. Available under the applicable limits of additional insureds, the following is added to insurance; Section III— Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable limits of insurance. will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or CG 20 10 12 19 ©Insurance Services Office, Inc., 2018 Page 3 of 3 POLICY NUMBER: CGD740929108 COMMERCIAL GENERAL LIABILITY CG 20 12 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - STATE OR GOVERNMENTAL AGENCY OR SUBDIVISION OR POLITICAL SUBDIVISION - PERMITS OR AUTHORIZATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE State Or Governmental Agency Or Subdivision Or Political Subdivision: ALL OPERATIONS OF THE NAMED INSURED FOR WHICH THE STATE OR GOVERNMENTAL AGENCY OR SUBDIVISION OR POLITICAL SUBDIVISION HAS ISSUED A PERMIT OR AUTHORIZATION. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to 2. This insurance does not apply to: include as an additional insured any state or a. 'Bodily injury", "property damage" or governmental agency or subdivision or political "personal and advertising injury" arising out subdivision shown in the Schedule, subject to the of operations performed for the federal following provisions: government, state or municipality; or 1. This insurance applies only with respect to b. 'Bodily injury" or "property damage" operations performed by you or on your behalf included within the "products-completed for which the state or governmental agency or operations hazard". subdivision or political subdivision has issued a permit or authorization. B. With respect to the insurance afforded to these However: additional insureds, the following is added to Section III—Limits Of Insurance: a. The insurance afforded to such additional If coverage provided to the additional insured is insured only applies to the extent permitted required by a contract or agreement, the most we by law; and will pay on behalf of the additional insured is the b. If coverage provided to the additional amount of insurance: insured is required by a contract or 1. Required by the contract or agreement; or agreement, the insurance afforded to such additional insured will not be broader than 2. Available under the applicable limits of that which you are required by the contract insurance; or agreement to provide for such additional whichever is less. insured. This endorsement shall not increase the applicable limits of insurance. CG 20 12 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule WHERE REQUIRED BY WRITTEN AGREEMENT SIGNED PRIOR TO LOSS. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective March 1, 2022 Policy No. CWG7422098 Endorsement No. Insured CATAMOUNT CONSTRUCTORS, INC. Insurance Company Countersigned by . _ Greenwich Insurance Company WC 00 03 13 (Ed.4-84) ©1983 National Council on Compensation Insurance. COMMERCIAL AUTO CA99481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLLUTION LIABILITY - BROADENED COVERAGE FOR COVERED AUTOS - BUSINESS AUTO AND MOTOR CARRIER COVERAGE FORMS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. Covered Autos Liability Coverage is changed as "Covered pollution cost or expense" does not follows: include any cost or expense arising out of the 1. Paragraph a. of the Pollution Exclusion actual, alleged or threatened discharge, applies only to liability assumed under a dispersal, seepage, migration, release or contract or agreement. escape of "pollutants": 2. With respect to the coverage afforded by a. Before the 'pollutants" or any property in Paragraph A.1. above, Exclusion 13.6. Care, which the 'pollutants" are contained are Custody Or Control does not apply. moved from the place where they are accepted by the "insured" for movement B. Changes In Definitions into or onto the covered "auto"; or For the purposes of this endorsement, Paragraph b. After the 'pollutants" or any property in D. of the Definitions Section is replaced by the which the 'pollutants" are contained are following: moved from the covered "auto" to the D. "Covered pollution cost or expense" means any place where they are finally delivered, cost or expense arising out of: disposed of or abandoned by the 1. Any request, demand, order or statutory or "insured". regulatory requirement that any "insured" or Paragraphs a. and b. above do not apply to others test for, monitor, clean up, remove, "accidents" that occur away from premises contain, treat, detoxify or neutralize, or in owned by or rented to an "insured" with any way respond to, or assess the effects respect to 'pollutants" not in or upon a of'pollutants"; or covered "auto" if: 2. Any claim or "suit" by or on behalf of a (1) The 'pollutants" or any property in governmental authority for damages which the 'pollutants" are contained because of testing for, monitoring, cleaning are upset, overturned or damaged as up, removing, containing, treating, a result of the maintenance or use of detoxifying or neutralizing, or in any way a covered "auto";and responding to or assessing the effects of (2) The discharge, dispersal, seepage, "pollutants". migration, release or escape of the "pollutants" is caused directly by such upset, overturn or damage. CA 99 48 10 13 ©Insurance Services Office, Inc., 2011 Page 1 of 1 COMMERCIAL AUTO CA99441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LOSS PAYABLE CLAUSE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. We will pay, as interest may appear, you and the Cancellation ends this agreement as to the loss loss payee named in the policy for "loss" to a payee's interest. If we cancel the policy, we will covered "auto". mail you and the loss payee the same advance B. The insurance covers the interest of the loss notice. payee unless the "loss" results from conversion, D. If we make any payments to the loss payee, we secretion or embezzlement on your part. will obtain his or her rights against any other party. C. We may cancel the policy as allowed by the Cancellation Common Policy Condition. CA 99 44 10 13 ©Insurance Services Office, Inc., 2011 Page 1 of 1 POLICY NUMBER: CAH740929207 COMMERCIAL AUTO CA 20 01 1013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LESSOR - ADDITIONAL INSURED AND LOSS PAYEE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Catamount Contructors, Inc. Endorsement Effective Date: March 1, 2022 SCHEDULE Insurance Company: Greenwich Insurance Company Policy Number: CAH740929207 Effective Date: March 1/2022 Expiration Date: March 1, 2023 Named Insured: Catamount Constructors, Inc. Address: 1527 Cole Boulevard, Ste 100 Lakewood, CO 80401 Additional Insured (Lessor): All Lessors Address: Designation Or Description Of"Leased Autos": All Leased Autos CA 20 01 1013 ©Insurance Services Office, Inc., 2011 Page 1 of 2 Coverages Limit Of Insurance Covered Autos Liabilit $ Each "Accident" Actual Cash Value Or Cost Of Repair,Whichever Is Less, Minus Comprehensive $ Deductible For Each Covered "Leased Auto" Actual Cash Value Or Cost Of Repair,Whichever Is Less, Minus Collision $ Deductible For Each Covered "Leased Auto" Actual Cash Value Or Cost Of Repair,Whichever Is Less, Minus Specified $ Deductible For Each Covered "Leased Auto" Causes Of Loss Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Coverage 2. The insurance covers the interest of the lessor 1. Any 'leased auto" designated or described in unless the 'loss" results from fraudulent acts or the Schedule will be considered a covered omissions on your part. "auto" you own and not a covered "auto" you 3. If we make any payment to the lessor, we will hire or borrow. obtain his or her rights against any other party. 2. For a 'leased auto" designated or described in C. Cancellation the Schedule, the Who Is An Insured 1. If we cancel the policy, we will mail notice to provision under Covered Autos Liability the lessor in accordance with the Cancellation Coverage is changed to include as an Common Policy Condition. "Insured" the lessor named in the Schedule. However, the lessor is an "insured" only for 2. If you cancel the policy, we will mail notice to "bodily injury" or "property damage" resulting the lessor. from the acts or omissions by: 3. Cancellation ends this agreement. a. You; D. The lessor is not liable for payment of your b. Any of your"employees"or agents;or premiums. c. Any person, except the lessor or any E. Additional Definition "employee" or agent of the lessor, operating As used in this endorsement: a 'leased auto" with the permission of any "Leased auto" means an "auto" leased or rented to of the above. you, including any substitute, replacement or extra 3. The coverages provided under this "auto" needed to meet seasonal or other needs, endorsement apply to any 'leased auto" under a leasing or rental agreement that requires described in the Schedule until the expiration you to provide direct primary insurance for the date shown in the Schedule, or when the lessor. lessor or his or her agent takes possession of the 'leased auto", whichever occurs first. B. Loss Payable Clause 1. We will pay, as interest may appear, you and the lessor named in this endorsement for'loss" to a'leased auto" Page 2 of 2 ©Insurance Services Office, Inc., 2011 CA 20 01 10 13 COMMERCIAL AUTO CA 04 49 11 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. The following is added to the Other Insurance B. The following is added to the Other Insurance Condition in the Business Auto Coverage Form Condition in the Auto Dealers Coverage Form and and the Other Insurance— Primary And Excess supersedes any provision to the contrary: Insurance Provisions in the Motor Carrier This Coverage Form's Covered Autos Liability Coverage Form and supersedes any provision to Coverage and General Liability Coverages are the contrary: primary to and will not seek contribution from any This Coverage Form's Covered Autos Liability other insurance available to an "insured" under Coverage is primary to and will not seek your policy provided that: contribution from any other insurance available to 1. Such "insured" is a Named Insured under such an "insured" under your policy provided that: other insurance;and 1. Such "insured" is a Named Insured under such 2. You have agreed in writing in a contract or other insurance; and agreement that this insurance would be 2. You have agreed in writing in a contract or primary and would not seek contribution from agreement that this insurance would be any other insurance available to such primary and would not seek contribution from "insured". any other insurance available to such "insured CA 04 4911 16 ©Insurance Services Office, Inc., 2016 Page 1 of 1 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG24041219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s)Or Organization(s): Information required to com;Mete this Schedule, if not shown above,will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s)shown in the Schedule above. CG 24 0412 19 ©Insurance Services Office, Inc., 2018 Page 1 of 1 ENDORSEMENT#019 This endorsement, effective 12:01 a.m.,March 1, 2022 forms a part of Policy No. issued to CATAMOUNT CONSTRUCTORS, INC. by Greenwich Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY INSURANCE CLAUSE ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS COVERAGE PART It is agreed that to the extent that insurance is afforded to any Additional Insured under this policy, this insurance shall apply as primary and not contributing with any insurance carried by such Additional Insured, as required by written contract. All other terms and conditions of this policy remain unchanged. XIL 424 0605 ©, 2005, XL America, Inc. ENDORSEMENT#039 This endorsement, effective 12:01 a.m., March 1,2022 forms a part of Policy No. issued to CATAMOUNT CONSTRUCTORS, INC. by Greenwich Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT In the event coverage is cancelled for any statutorily permitted reason,other than nonpayment of premium, advanced written notice will be mailed or delivered to person(s)or entity(ies)according to the notification schedule shown below: Number of Days Name of Person(s)or Entity(ies) Mailing Address: Advanced Notice of _ Cancellation: AS PER SCHEDULE ON FILE WITH 30 THE COMPANY. All other terms and conditions of the Policy remain unchanged. IXI 405 0910 ©2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. POLICY NUMBER: XIC 411 1013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM AUTO DEALERS COVERAGE FORM A. COVERED AUTOS LIABILITY COVERAGE, Who Is An Insured, is amended to include as an "insured" any person or organization you are required in a written contract to name as an additional insured, but only for 'bodily injury" or "property damage" otherwise covered under this policy caused, in whole or in part, by the negligent acts or omissions of: 1. You, while using a covered "auto"; or 2. Any other person, except the additional insured or any employee or agent of the additional insured, operating a covered "auto"with your permission; Provided that: a. The written contract is in effect during the policy period of this policy; b. The written contract was signed by you and executed prior to the "accident' causing "bodily injury" or"property damage"for which liability coverage is sought; and C. Such person or organization is an "insured" solely to the extent required by the contract, but in no event if such person or organization is solely negligent. B. The Limits of Insurance provided for the Additional Insured shall not be greater than those required by contract and, in no event shall the Limits of Insurance set forth in this policy be increased by the contract. C. General Conditions, Other Insurance is amended as follows: Any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured whether such insurance is primary, excess, contingent or on any other basis unless the contract specifically requires that this policy be primary. All terms, conditions, exclusions and limitations of this policy shall apply to the liability coverage provided to any additional insured, and in no event shall such coverage be enlarged or expanded by reason of the contract. All other terms and conditions of this policy remain unchanged. XIC 411 1013 ©2013 X.L. America, Inc. All Rights Reserved. Page 1 of 1 May not be copied without permission. Includes copyrighted material of Insurance Services Office, Inc.,with its permission. POLICY NUMBER: CAH740929208 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Catamount Constructors, Inc. Endorsement Effective Date: March 1,2022 SCHEDULE Name(s)Of Person(s)Or Organization(s): Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the 'loss" under a contract with that person or organization. CA 04 44 10 13 ©Insurance Services Office, Inc., 2011 Page 1 of 1 DATE(MM/DD/YYYY) A�" CERTIFICATE OF LIABILITY INSURANCE 11/09/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Moody insurance Agency,Inc. NAME: Moody Insurance Agency,Inc. a/CNr o Ext: (303)824-6600 (FAX ,No): (303)370-0118 8055 East Tufts Avenue E-MAIL certrequest@moodyins.com ADDRESS: Suite 1000 INSURER(S)AFFORDING COVERAGE NAIC# Denver CO 80237 INSURERA: Greenwich Insurance Co 22322 INSURED INSURER B: XL Specialty Ins.Company 37885 Catamount Constructors,Inc. INSURER C: Indian Harbor Insurance Co 36940 1527 Cole Boulevard INSURER D: Ste 100 INSURER E: Lakewood CO 80401 INSURER F: COVERAGES CERTIFICATE NUMBER: 22-23 Master REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCEAUULbUbK POLICY EFF POLICY EXP LTR INSD WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 CLAIMS-MADE FX OCCUR PREM SDAMAGES Ea oNcurDrence $ 500'000 MED EXP(Any one person) $ 25,000 A Y CGD740929108 03/01/2022 03/01/2023 PERSONAL&ADV INJURY $ 2,000,000 RTHER AGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 4,000,000 OLICY PRO ❑ LOC PRODUCTS-COMP/OP AGG $ 4'000'000 JECT: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 Ea accident ANYAUTO BODILY INJURY(Per person) $ A OWNED SCHEDULED Y CAH740929208 03/01/2022 03/01/2023 BODI LY I NJ U RY(Pe r accide nt) $ AUTOS ONLY AUTOS X HIRED �/ NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY /� AUTOS ONLY Per accident X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 10,000,000 B EXCESS LAB CLAIMS-MADE US00066642LI22A 03/01/2022 03/01/2023 AGGREGATE $ 10,000,000 DED I X1 RETENTION $ 10,000 $ WORKERS COMPENSATION ER/� STATUTE EORH AND EMPLOYERS'LIABILITY Y/N 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ P` OFFICER/MEMBER EXCLUDED? ❑ N/A Y CWG7422098 03/01/2022 03/01/2023 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1'000'000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ Contractors Professional/Pollution Limit $5,000,000 C (Claims Made) CE0744635004 03/01/2022 03/01/2023 SIR $100,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Water,Sewer, Paving, Drainage&Street Light Improvements to Serve Blazing Trail Development.(CPN 103374,IPRC21-0047,CFA21-0113) Entities outlined as Additional Insureds in the contract are recognized and given Additional Insured status. Additional information on pages 2&3. The City of Fort Worth,its officers,employees and servants are additional insureds for general liability and automobile liability on a primary and non contributory basis.Waiver of Subrogation in favor of the City of Fort Worth applies as respects workers'compensation coverage. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Fort Worth ACCORDANCE WITH THE POLICY PROVISIONS. 200 Texas St AUTHORIZED REPRESENTATIVE Fort Worth TX 76102 OfX��)� �U� �.1(�J✓1�'0- �( AA01V� @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC#: ADDITIONAL REMARKS SCHEDULE Page of AGENCY NAMED INSURED Moody Insurance Agency,Inc. Catamount Constructors,Inc. POLICY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance: Notes MCS-90 Policy Number:CAH740929208 Policy Effective Dates:3/1/2022-3/1/2023 Insurer:Greenwich Insurance Co.(NAIC#26247) CSL Limit: $1,000,000 for each accident For-Hire—Non-Hazardous: $750,000 For-Hire&Private—Hazardous: $5,000,000 For-Hire&Private—Oil: $1,000,000 For-Hire&Private—Division 1.1, 1.2, 1.3 Material: $5,000,000 EXCESS UMBRELLA(QUOTA SHARE) Policy Number:AEC938349613&EXC4138182 Policy Effective Dates:3/1/2022-3/1/2023 Insurer:American Guarantee&Liability&Great American Assurance(NAIC#26247&26344) Limit: $15,000,000 in excess of$10,000,000 WORKER'S COMPENSATION OTHER STATES POLICY(evidenced on page 1) Policy Number: CWG7422098 Policy Effective Dates:3/1/2022-3/1/2023 Insurer:XL Insurance America(NAIC#24554) Coverage: Per Statute and covers all states except North Dakota,Ohio,Washington&Wyoming WORKER'S COMPENSATION CALIFORNIA POLICY Policy Number: CWG7422098 Policy Effective Dates:3/1/2022-3/1/2023 Insurer:XL Insurance America(NAIC#24554) Coverage: Per Statute E.L. Each Accident Limit: $1,000,000 E.L. Disease-Ea Employee Limit: $1,000,000 E.L. Disease-Policy Limit: $1,000,000 SCHEDULED CONTRACTOR'S EQUIPMENT POLICY Policy Number: D37416745009 Policy Effective Dates:3/1/2022-3/1/2023 Insurer:Illinois Union Insurance Company(NAIC#27960) Total Combined Scheduled Contractor's Equipment Value:$241,534 Scheduled Contractor's Equipment Deductible:$5,000 LEASED&RENTED EQUIPMENT POLICY Policy Number: D37416745009 Policy Effective Dates:3/1/2022-3/1/2023 Insurer:Illinois Union Insurance Company(NAIC#27960) Leased&Rented Equipment Limit:$485,000 Leased&Rented Max Per Item: $485,000 Leased&Rented Equipment Deductible:$5,000 CONTRACTUAL LIABILITY APPLIES PER POLICY TERMS AND CONDITIONS GENERAL LIABILITY CGL Coverage includes: XCU Contractual Liability includes: Railroads CG2010 12/19 form attached includes: Blanket Additional Insured Ongoing Operations status applies only where required by a written contract or agreement. CG2037 12/19 form attached includes: Blanket Additional Insured-Completed Operations status applies only where required by a written contract or agreement. CG2404 12/19 form attached includes: Blanket Waiver of Subrogation status applies only where required by a written contract or agreement. XIL424 06/05 form attached includes: Additional insured Primary and Non-contributory status applies only where required by a written contract or agreement. ACORD 101 (2008/01) © 2008ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC#: ADDITIONAL REMARKS SCHEDULE Page of AGENCY NAMED INSURED Moody Insurance Agency,Inc. Catamount Constructors,Inc. POLICY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance: Notes IX1405 09/10 form attached includes: Blanket 30-Day Notice of Cancellation given when requested by cert holder. AUTO LIABILITY XIC 411 10/13 form attached includes: Blanket Additional Insured status applies only where required by a written contractor agreement. CA 04 44 10/13 form attached includes: Blanket Waiver of Subrogation status applies only where required by a written contract or agreement. CA 04 49 11/16 form attached includes: Primary&Non-Contributory status applies only where required by a written contract or agreement. CA 20 01 11/20 form attached includes: Scheduled Lessor-Additional Insured and Loss Payee. CA9944 10/13 form attached includes: Blanket Loss Payee as required by written contract. CA 99 48 10/13 form attached includes: Broadened Pollution Coverage for Covered Autos. WORKER'S COMPENSATION WC 00 03 13 04/84 form attached includes: Blanket Waiver of Subrogation status applies only where required by a written contract or agreement. CONTRACTOR'S PROFESSIONAL/POLLUTION KLD050 01/13 form attached includes: Blanket Additional Insured status applies only where required by a written contract or agreement. Primary&Non-Contributory status applies only where required by a written contract or agreement. Blanket Waiver of Subrogation status applies only where required by a written contract or agreement. LEASED&RENTED EQUIPMENT ACE0265 12/09 form attached includes: All loss payees as their interests may appear in the Covered Property and is in accordance with the insurable interest of the loss payee: Loss Payable, Lender's Loss Payable,or Contract of Sale. UMBRELLA POLICIES Umbrella Policy is on a follow form basis for underlying insurance coverages:General Liability,Automobile Liability,and Employers Liability. Additional Insured status,including Primary and Non-Contributory status,in addition to Waiver of Subrogation will follow form when required by written contract. ""Please Note: Hard copies of endorsement will not be sent out via mail. All endorsements will only be sent electronically via email. Please send your email address to certrequest@moodyins.com for forms and future mailings— ACORD 101 (2008/01) @ 2008ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: CGD740929108 COMMERCIAL GENERAL LIABILITY CG 20 37 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION FOR WHOM VARIOUS AS REQUIRED PER WRITTEN YOU ARE PERFORMING OPERATIONS WHEN YOU CONTRACT. AND SUCH PERSON OR ORGANIZATION HAVE AGREED IN WRITING IN A CONTRACT OR AGREEMENT THAT SUCH PERSON OR ORGANIZATION BE ADDED AS AN ADDITIONAL INSURED ON YOUR POLICY, PROVIDED THE "BODILY INJURY" OR"PROPERTY DAMAGE" OCCURS SUBSEQUENT TO THE EXECUTION OF THE WRITTEN CONTRACT OR WRITTEN AGREEMENT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III— Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage" caused, in whole or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included in the "products-completed operations hazard". 1. Required by the contract or agreement; or However: 2. Available under the applicable limits of 1. The insurance afforded to such additional insurance; insured only applies to the extent permitted by whichever is less. law; and This endorsement shall not increase the 2. If coverage provided to the additional insured is applicable limits of insurance. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER: CGD740929108 COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organizations Locations Of Covered Operations ANY PERSON OR ORGANIZATION FOR WHOM YOU VARIOUS AS REQUIRED PER WRITTEN CONTRACT ARE PERFORMING OPERATIONS WHEN YOU AND SUCH PERSON OR ORGANIZATION HAVE AGREED IN WRITING IN A CONTRACT OR AGREEMENT THAT SUCH PERSON OR ORGANIZATION BE ADDED AS AN ADDITIONAL INSURED ON YOUR POLICY, PROVIDED THE "BODILY INJURY" OR "PROPERTY DAMAGE" OCCURS SUBSEQUENT TO THE EXECUTION OF THE WRITTEN CONTRACT OR WRITTEN AGREEMENT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to 2. If coverage provided to the additional insured is include as an additional insured the person(s) or required by a contract or agreement, the organization(s) shown in the Schedule, but only insurance afforded to such additional insured with respect to liability for "bodily injury", "property will not be broader than that which you are damage" or "personal and advertising injury" required by the contract or agreement to causedgin whole or in part, by: provide for such additional insured. 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and CG 20 10 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 3 B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. Page 2 of 3 © Insurance Services Office, Inc., 2018 CG 20 10 12 19 C. With respect to the insurance afforded to these 2. Available under the applicable limits of additional insureds, the following is added to insurance; Section III— Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable limits of insurance. will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or CG 20 10 12 19 © Insurance Services Office, Inc., 2018 Page 3 of 3 POLICY NUMBER: CGD740929108 COMMERCIAL GENERAL LIABILITY CG 20 12 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - STATE OR GOVERNMENTAL AGENCY OR SUBDIVISION OR POLITICAL SUBDIVISION - PERMITS OR AUTHORIZATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE State Or Governmental Agency Or Subdivision Or Political Subdivision: ALL OPERATIONS OF THE NAMED INSURED FOR WHICH THE STATE OR GOVERNMENTAL AGENCY OR SUBDIVISION OR POLITICAL SUBDIVISION HAS ISSUED A PERMIT OR AUTHORIZATION. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to 2. This insurance does not apply to: include as an additional insured any state or a. "Bodily injury", "property damage" or governmental agency or subdivision or political "personal and advertising injury" arising out subdivision shown in the Schedule, subject to the of operations performed for the federal following provisions: government, state or municipality; or 1. This insurance applies only with respect to b. "Bodily injury" or "property damage" operations performed by you or on your behalf included within the "products-completed for which the state or governmental agency or operations hazard". subdivision or political subdivision has issued a permit or authorization. B. With respect to the insurance afforded to these additional insureds, the following is added to However: Section III—Limits Of Insurance: a. The insurance afforded to such additional If coverage provided to the additional insured is insured only applies to the extent permitted required by a contract or agreement, the most we by law; and will pay on behalf of the additional insured is the b. If coverage provided to the additional amount of insurance: insured is required by a contract or 1. Required by the contract or agreement; or agreement, the insurance afforded to such additional insured will not be broader than 2. Available under the applicable limits of that which you are required by the contract insurance; or agreement to provide for such additional whichever is less. insured. This endorsement shall not increase the applicable limits of insurance. CG 20 12 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule WHERE REQUIRED BY WRITTEN AGREEMENT SIGNED PRIOR TO LOSS. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective March 1, 2022 Policy No. CWG7422098 Endorsement No. Insured CATAMOUNT CONSTRUCTORS, INC. Insurance Company Countersigned by Greenwich Insurance Company WC 00 03 13 (Ed.4-84) ©1983 National Council on Compensation Insurance. COMMERCIAL AUTO CA99481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLLUTION LIABILITY - BROADENED COVERAGE FOR COVERED AUTOS - BUSINESS AUTO AND MOTOR CARRIER COVERAGE FORMS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. Covered Autos Liability Coverage is changed as "Covered pollution cost or expense" does not follows: include any cost or expense arising out of the 1. Paragraph a. of the Pollution Exclusion actual, alleged or threatened discharge, applies only to liability assumed under a dispersal, seepage, migration, release or contract or agreement. escape of"pollutants": 2. With respect to the coverage afforded by a. Before the "pollutants" or any property in Paragraph A.1. above, Exclusion 13.6. Care, which the "pollutants" are contained are Custody Or Control does not apply. moved from the place where they are accepted by the "insured" for movement B. Changes In Definitions into or onto the covered "auto"; or For the purposes of this endorsement, Paragraph b. After the "pollutants" or any property in D. of the Definitions Section is replaced by the which the "pollutants" are contained are following: moved from the covered "auto" to the D. "Covered pollution cost or expense" means any place where they are finally delivered, cost or expense arising out of: disposed of or abandoned by the 1. Any request, demand, order or statutory or "insured". regulatory requirement that any "insured" or Paragraphs a. and b. above do not apply to others test for, monitor, clean up, remove, "accidents" that occur away from premises contain, treat, detoxify or neutralize, or in owned by or rented to an "insured" with any way respond to, or assess the effects respect to "pollutants" not in or upon a of"pollutants"; or covered "auto" if: 2. Any claim or "suit" by or on behalf of a (1) The "pollutants" or any property in governmental authority for damages which the "pollutants" are contained because of testing for, monitoring, cleaning are upset, overturned or damaged as up, removing, containing, treating, a result of the maintenance or use of detoxifying or neutralizing, or in any way a covered "auto"; and responding to or assessing the effects of (2) The discharge, dispersal, seepage, "pollutants". migration, release or escape of the "pollutants" is caused directly by such upset, overturn or damage. CA 99 48 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 COMMERCIAL AUTO CA99441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LOSS PAYABLE CLAUSE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. We will pay, as interest may appear, you and the Cancellation ends this agreement as to the loss loss payee named in the policy for "loss" to a payee's interest. If we cancel the policy, we will covered "auto". mail you and the loss payee the same advance B. The insurance covers the interest of the loss notice. payee unless the "loss" results from conversion, D. If we make any payments to the loss payee, we secretion or embezzlement on your part. will obtain his or her rights against any other party. C. We may cancel the policy as allowed by the Cancellation Common Policy Condition. CA 99 44 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 POLICY NUMBER: CAH740929207 COMMERCIAL AUTO CA 20 01 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LESSOR - ADDITIONAL INSURED AND LOSS PAYEE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Catamount Contructors, Inc. Endorsement Effective Date: March 1, 2022 SCHEDULE Insurance Company: Greenwich Insurance Company Policy Number: CAH740929207 Effective Date: March 1/2022 Expiration Date: March 1, 2023 Named Insured: Catamount Constructors, Inc. Address: 1527 Cole Boulevard, Ste 100 Lakewood, CO 80401 Additional Insured (Lessor): All Lessors Address: Designation Or Description Of"Leased Autos": All Leased Autos CA 20 01 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 2 Coverages Limit Of Insurance Covered Autos Liability $ Each "Accident" Actual Cash Value Or Cost Of Repair,Whichever Is Less, Minus Comprehensive $ Deductible For Each Covered "Leased Auto" Actual Cash Value Or Cost Of Repair,Whichever Is Less, Minus Collision $ Deductible For Each Covered "Leased Auto" Actual Cash Value Or Cost Of Repair,Whichever Is Less, Minus Specified Causes Of Loss $ Deductible For Each Covered "Leased Auto" Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Coverage 2. The insurance covers the interest of the lessor 1. Any 'leased auto" designated or described in unless the "loss" results from fraudulent acts or the Schedule will be considered a covered omissions on your part. "auto" you own and not a covered "auto" you 3. If we make any payment to the lessor, we will hire or borrow. obtain his or her rights against any other party. 2. For a "leased auto" designated or described in C. Cancellation the Schedule, the Who Is An Insured 1. If we cancel the policy, we will mail notice to provision under Covered Autos Liability the lessor in accordance with the Cancellation Coverage is changed to include as an Common Policy Condition. "insured" the lessor named in the Schedule. However, the lessor is an "insured" only for 2. If you cancel the policy, we will mail notice to "bodily injury" or "property damage" resulting the lessor. from the acts or omissions by: 3. Cancellation ends this agreement. a. You; D. The lessor is not liable for payment of your b. Any of your"employees"or agents; or premiums. c. Any person, except the lessor or any E. Additional Definition "employee" or agent of the lessor, operating As used in this endorsement: a "leased auto" with the permission of any "Leased auto" means an "auto" leased or rented to of the above. you, including any substitute, replacement or extra 3. The coverages provided under this "auto" needed to meet seasonal or other needs, endorsement apply to any 'leased auto" under a leasing or rental agreement that requires described in the Schedule until the expiration you to provide direct primary insurance for the date shown in the Schedule, or when the lessor. lessor or his or her agent takes possession of the "leased auto", whichever occurs first. B. Loss Payable Clause 1. We will pay, as interest may appear, you and the lessor named in this endorsement for 'loss" to a 'leased auto". Page 2 of 2 © Insurance Services Office, Inc., 2011 CA 20 01 10 13 COMMERCIAL AUTO CA 04 49 11 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. The following is added to the Other Insurance B. The following is added to the Other Insurance Condition in the Business Auto Coverage Form Condition in the Auto Dealers Coverage Form and and the Other Insurance — Primary And Excess supersedes any provision to the contrary: Insurance Provisions in the Motor Carrier This Coverage Form's Covered Autos Liability Coverage Form and supersedes any provision to Coverage and General Liability Coverages are the contrary: primary to and will not seek contribution from any This Coverage Form's Covered Autos Liability other insurance available to an "insured" under Coverage is primary to and will not seek your policy provided that: contribution from any other insurance available to 1. Such "insured" is a Named Insured under such an "insured" under your policy provided that: other insurance; and 1. Such "insured" is a Named Insured under such 2. You have agreed in writing in a contract or other insurance; and agreement that this insurance would be 2. You have agreed in writing in a contract or primary and would not seek contribution from agreement that this insurance would be any other insurance available to such primary and would not seek contribution from "insured". any other insurance available to such "insured". CA 04 49 11 16 © Insurance Services Office, Inc., 2016 Page 1 of 1 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG24041219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 ENDORSEMENT#019 This endorsement, effective 12:01 a.m.,March 1, 2022 forms a part of Policy No. issued to CATAMOUNT CONSTRUCTORS, INC. by Greenwich Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY INSURANCE CLAUSE ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS COVERAGE PART It is agreed that to the extent that insurance is afforded to any Additional Insured under this policy, this insurance shall apply as primary and not contributing with any insurance carried by such Additional Insured, as required by written contract. All other terms and conditions of this policy remain unchanged. XIL 424 0605 ©, 2005, XL America, Inc. ENDORSEMENT#039 This endorsement, effective 12:01 a.m., March 1,2022 forms a part of Policy No. issued to CATAMOUNT CONSTRUCTORS, INC. by Greenwich Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT In the event coverage is cancelled for any statutorily permitted reason, other than nonpayment of premium, advanced written notice will be mailed or delivered to person(s)or entity(ies)according to the notification schedule shown below: Number of Days Name of Person(s)or Entity(ies) Mailing Address: Advanced Notice of Cancellation: AS PER SCHEDULE ON FILE WITH 30 THE COMPANY. All other terms and conditions of the Policy remain unchanged. IXI 405 0910 ©2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. POLICY NUMBER: XIC 411 1013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM AUTO DEALERS COVERAGE FORM A. COVERED AUTOS LIABILITY COVERAGE, Who Is An Insured, is amended to include as an "insured" any person or organization you are required in a written contract to name as an additional insured, but only for "bodily injury" or "property damage" otherwise covered under this policy caused, in whole or in part, by the negligent acts or omissions of: 1. You, while using a covered "auto"; or 2. Any other person, except the additional insured or any employee or agent of the additional insured, operating a covered "auto"with your permission; Provided that: a. The written contract is in effect during the policy period of this policy; b. The written contract was signed by you and executed prior to the "accident" causing "bodily injury" or"property damage" for which liability coverage is sought; and C. Such person or organization is an "insured" solely to the extent required by the contract, but in no event if such person or organization is solely negligent. B. The Limits of Insurance provided for the Additional Insured shall not be greater than those required by contract and, in no event shall the Limits of Insurance set forth in this policy be increased by the contract. C. General Conditions, Other Insurance is amended as follows: Any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured whether such insurance is primary, excess, contingent or on any other basis unless the contract specifically requires that this policy be primary. All terms, conditions, exclusions and limitations of this policy shall apply to the liability coverage provided to any additional insured, and in no event shall such coverage be enlarged or expanded by reason of the contract. All other terms and conditions of this policy remain unchanged. XIC 411 1013 ©2013 X.L. America, Inc. All Rights Reserved. Page 1 of 1 May not be copied without permission. Includes copyrighted material of Insurance Services Office, Inc.,with its permission. POLICY NUMBER: CAH740929208 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Catamount Constructors, Inc. Endorsement Effective Date: March 1,2022 SCHEDULE Name(s) Of Person(s) Or Organization(s): Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall construct, or have constructed, the improvements herein described, and shall pay for the cost of all labor, materials and equipment furnished in connection with the construction of said improvements, and shall save the Obligee harmless from any loss, cost or damage by reason of its failure to complete the construction of said improvements or by reason of its failure to pay for the cost of same, then this obligation shall be null and void,otherwise to remain in full force and effect until released as provided in the CFA; and upon a default by Principal under the CFA beyond all applicable notice and cure periods therein and receipt of a claim by the City of Fort Worth indicating that the construction of said improvements has not been completed, or that the costs for same have not been paid, the Surety will pay to the City of Fort Worth such amount up to the amount of this bond which will allow the City of Fort Worth to complete construction of said improvements and to pay for the costs of same pursuant to the CFA. We hereby agree with you that the draft(s)drawn under and in compliance with the terms of this bond will be duly honored upon presentation at: (Surety)Travelers Casualty and Surety Company of America; mail coded (Surety Address)One Tower S uare.Hartford. CT 06183 Attn: Nick Green or by facsimile to(surety Fax Number 602-279-5899 confirmed by a phone call at 818-409-4243 PROVIDED FURTHER, that this bond shall automatically be increased by the amount of any change order, supplemental agreement or amendment which increase the price of the aforementioned contract. PROVIDED FURTHER, that if any legal action be filed on this bond, the laws of the State of Texas shall apply and that venue shall lie exclusively in Tarrant County,Texas. AND PROVIDED FURTHER, that the said surety, for value received, hereby stipulates and agrees that no charge,extension of time,alteration or addition to the terms of 065611.00644 371429 v5 any contract for the public affect its obligation on this bond,and it does hereby waive notice of any such change,extension of time,alteration or addition to the terms of such contract. This bond is given pursuant to the provisions of Section 212.073 of the Texas Local Government Code,as such may amended from time to time. [signature page follows] 065611.00644 371429 v5 Signed,sealed and dated this 30th day of August,2022. [RLP III BLAZING TRAIL PHASE I,LLC, a Delaware limited liability company By: RLP III Blazing Trail JV, LLC, a Delaware limited liability company, its sole member By: US Regional Logistics Program III, L.P., a Delaware limited partnership, its managing member By: US RLP GP, LLC, a Delaware limited liability company, its general partner By: US RLP III GP,LLC, a Delaware limited liability company, its general partner By: US Equity Advisors, LLC, a Texas limited liability company, its sole member By: US RE Company, LLC, a Delaware limit ility company, its sole member By: Name: LANGE ALLEN Executive Managing ire or Title: Travelers Casualtv and Surely Company of America [Surety] By: Jer y Polk Attorn -in-Fact 065611.00644 371429 v5 Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company,and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies'),and that the Companies do hereby make,constitute and appoint Jeremy Polk ofPHOENIX Arizona ,their true and lawful Attomey-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 3rd day of February, 2017. WiNN ae G9t %CCKWATMF £ u rrararaoao, 0WO coft State of Connecticut City of Hartford ss. Robert L.Raney,Se ror Vice President On this the 3rd day of February,2017,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal. �TEI My Commission expires the 30th day of June,2021 TM * p��p * Marie C.Tetreault,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St.Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President,the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Companys seal bonds, recognizances,contracts of indemnity, and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond, recognizance,contract of indemnity,or writing obligatory in the nature of a bond, recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or(b)duly executed(under seal, if required)by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company,and St.Paul Fire and Marine Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 30th y day of August • 2022 W� 7r 3+ �,TV Aqa rN Al c rrAfiTPORD, .t . �OWL R� � CONri SG4 / r- yhNl ' FA+lC * srSe l TTT Kevin E.Hughes,Assistant Secretary To verify the authenticity of this Power ofAttamey,please call us at 1-800-421-3880. Please refer to the above-named Attorney-in-Fact and the details of the bond to which the power is attached, 0062 19-1 MAINTENANCE BOND Bond#47-SUR-300084-01-0141 Page 1 of 3 SECTION 00 62 19 MAINTENANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § THAT WE CATAMOUNT CONSTRUCTORS INC._,known as"Principal"herein and Berkshire Hathaway Specialty Insurance Company , a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas,known as"Surety"herein(whether one or more), are held and firmly bound unto the Developer,RLP III Blazing Trail Phase I.LLC authorized to do business in Texas("Developer")and the City of Fort Worth, a Texas municipal corporation("City"), in the sum of Six-Million One-Hundred Fifty-Five Thousand One-Hundred Twenty-One Dollars and Seventy-One Cents $6 155 121.71 lawful money of the United States,to be paid in Fort Worth, Tarrant County,Texas,for payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees and their successors,we bind ourselves,our heirs,executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS,Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number FA21-Q1. ;and WHEREAS,the Pri ipa has entered into a certain written contract with the Developer awarded the_,I?, day of 20 69,which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment labor and other accessories as defined by law,in the prosecution of the Work, including any Work resulting from a duly authorized Change Order(collectively herein,the"Work")as provided for in said Contract and designated as Water, .Sewer.paving,Drainage& Street T igh_t UUprovements to Serve Blazing Trail Development and WHEREAS,Principal binds itself to use such materials and to so construct the Work in accordance with the plans,specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two(2)years after the date of _ Final Acceptance of the Work by the City("Maintenance Period"); and WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the Developer and/or City of the need thereof at any time within the Maintenance Period. CITY OF FORT WORTH BLAZING TRAIL DEVELOPMENT STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS 103374 Revised January 31,2012 0062 19-2 MAINTENANCE BOND Page 2 of 3 NOW THEREFORE,the condition of this obligation is such that if Principal shall remedy any defective Work,for which timely notice was provided by Developer or City,to a completion satisfactory to the City,then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the Developer or City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort Worth Division; and PROVIDED FURTHER,that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH BLAZING TRAIL DEVELOPMENT STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS 103374 Revised January 31,2012 0062 19-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 6th day of September 20 22 PRINCIPAL:Catamount Constructors,Inc. BY: ATTEST: Scott Reynolds.President (Principal)Secr Xry Name and Title Address: 4630 North Loop 1604 West, Suite 130 San Antonio.TX 78249 Witness asto Principal SURETY:Berkshire Hathaway Specialty Insurance Company 1314 Douglas Street,Suite 1400 Oma a,NU 68102 BY: ` LJ 4SSiture Micahel J.Brown Attorney-in-Fact Name and Title } Address: 2500 Cumberland Parkway,Suite 400 - (Surety) Re B.B ac Atlanta,GA 30339 Witness jasi t rety Misty Telephone Number: (678)424-6500 *Note: If signed by an-officer of the Surety Company,there must be on file a certified extract from the by-laws showing t t this person has authority to sign such obligation. If Surety's physical address is different from its mailing address,both must be provided. -� The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH BLAZING TRAIL DEVELOPMENT STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS 103374 Revised January 31,2012 47-S U R-300084-01-0141 Berkshire Hathawa J Specialty Insurance Power Of Attorney BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY g NATIONAL INDEMNITY COMPANY/NATIONAL LIABILITY&FIRE INSURANCE COMPANY N Know all men by these presents,that BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY a corporation existing under S and by virtue of the laws of the State of Nebraska and having an office at One Lincoln Street,23rd Floor, Boston, Massachusetts 02111,NATIONAL INDEMNITY COMPANY a corporation existing under and by virtue of the laws of the State of Nebraska and having an office at 3024 Harney Street,Omaha,Nebraska 68131 and NATIONAL LIABILITY&FIRE INSURANCE COMPANY a corporation existing under and by virtue of the laws of the State of Connecticut and having an office at 100 First Stamford Place, Stamford, 9, Connecticut 06902(hereinafter collectively the"Companies"), pursuant to and by the authority granted asset forth herein,do hereby name,constitute and appoint:John Miller.Margaret Meyers,F.Anderson Philips,D u las L.Rieder, :4 Michael J.Brown 2500 $ S Cumberland Parkway,Suite 400 of th a of Atl nta State of Geor is their true and lawful attorneys)-in-fact to make,execute, w seal, acknowledge,and deliver, for and on their behalf as surety and as their act and deed,any and all undertakings,bonds,or other A such writings obligatory in the nature thereof,in pursuance of these presents,the execution of which shall be as binding upon the p Companies as if it has been duly signed and executed by their regularly elected officers in their own proper persons.This authority R �e for the Attorney-in-Fact shall be limited to the execution of the attached bond(s)or other such writings obligatory in the nature �4 thereof. 5 In witness whereof,this Power of Attorney has been subscribed by an authorized officer of the Companies,and the corporate seals of O the Companies have been affixed hereto this date of December 20,2018.This Power of Attorney is made and executed pursuant to o yl and by authority of the Bylaws,Resolutions of the Board of Directors,and other Authorizations of BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY,NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY&FIRE INSURANCE COMPANY, which are in full force and effect,each reading as appears on the back page of this Power of Attorney,respectively.The following signature by an u O authorized officer of the Company may be a facsimile,which shall be deemed the equivalent of and constitute the written signature of E such officer of the Company for all purposes regarding this Power of Attorney,including satisfaction of any signature requirements on C 9 any and all undertakings,bonds,or other such writings obligatory in the nature thereof,to which this Power of Attorney applies. z 0 E a BERKSHIRE HATHAWAY SPECIALTY NATIONAL INDEMNITY COMPANY, INSURANCE COMPANY, NATIONAL LIABILITY&FIRE INSURANCE COMPANY, c E � v Y s5; ' m By: By: g David Fields,Executive Vice President David Fields,Vice President e +g?ECIA(T AC MJ/Jjj• `y hrPR NSL •1: OpPORgr Drys �.+OP•P6Rgf\C I� At P w 8$S 4�. G SURETY z z!-SURETY°; 7 S SEsLy " a SEAL SE L t,� r•.� \NNE,.,C��`.�a'� N �G# ►�a� ..*...� 1YN# �� Ste'. E O NOTARY v IS State of Massachusetts,County of Suffolk,ss: On this 20th day of December,2018,before me appeared David Fields,Executive Vice President of BERKSHIRE HATHAWAY SPECIALTY N INSURANCE COMPANY and Vice President of NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY&FIRE INSURANCE COMPANY, -4 A $ who being duly sworn,says that his capacity is as designated above for such Companies;that he knows the corporate seals of the B Companies;that the seals affixed to the foregoing instrument are such corporate seals;that they were affixed by order of the board of n directors or other governing body of said Companies pursuant to its Bylaws,Resolutions and other Authorizations,and that he signed E said instrument in that capacity of said Companies. [Notary Seal] • GEOFFERY A.DELISiO Notary PublicCommonwealth ossachusslteMy Comm.ExplrosNber29,2024 Notary Public F m 1,Ralph Tortorella,the undersigned,Officer of BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY,NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY&FIRE INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies which is in full force and effect and has not been revoked.IN TESTIMONY WHEREOF, see hereunto affixed the seals of said Companies this September 6,2022- SPECIA(J CEMry/ ,FIRE/A,S 11Fy pPOR r�yJ• \�.''pPU:'`jA' �'�••nPOR�r'�G•p - O d' SURETY i z(`2SUNETY 1; of StEL SEAL �: SEAL f' �;o SEAL Officer BHSIC,NICO&NLF POA(2018) STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH 065611.00644 394819 v2 STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 —Definitions and Terminology........................................................................................................... 1 1.01 Defined Terms............................................................................................................................... 1 1.02 Terminology..................................................................................................................................5 Article2 —Preliminary Matters.........................................................................................................................6 2.01 Before Starting Construction.........................................................................................................6 2.02 Preconstruction Conference..........................................................................................................6 2.03 Public Meeting..............................................................................................................................6 Article 3 —Contract Documents and Amending...............................................................................................6 3.01 Reference Standards......................................................................................................................6 3.02 Amending and Supplementing Contract Documents...................................................................6 Article4—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 065611.00644 394819 v2 STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 5.18 Indemnification...........................................................................................................................24 5.19 Delegation of Professional Design Services...............................................................................24 5.20 Right to Audit:.............................................................................................................................25 5.21 Nondiscrimination.......................................................................................................................25 Article6— Other Work at the Site...................................................................................................................26 6.01 Related Work at Site...................................................................................................................26 Article 7—City's Responsibilities. .................................................................................................................26 7.01 Inspections, Tests, and Approvals...................................................................................................26 7.02 Limitations on City's Responsibilities........................................................................................26 7.03 Compliance with Safety Program...............................................................................................27 Article 8 —City's Observation Status During Construction............................................................................27 8.01 City's Project Representative......................................................................................................27 8.02 Authorized Variations in Work...................................................................................................27 8.03 Rejecting Defective Work...................................................................................................... 27 8.04 Determinations for Work Performed..........................................................................................28 Article9 —Changes in the Work.....................................................................................................................28 9.01 Authorized Changes in the Work................................................................................................28 9.02 Notification to Surety..................................................................................................................28 Article 10—Change of Contract Price; Change of Contract Time.................................................................28 10.01 Change of Contract Price............................................................................................................28 10.02 Change of Contract Time............................................................................................................28 10.03 Delays..........................................................................................................................................28 Article 11 — Tests and Inspections; Correction, Removal or Acceptance ofDefective Work.......................29 11.01 Notice of Defects ........................................................................................................................29 11.02 Access to Work...........................................................................................................................29 11.03 Tests and Inspections ..................................................................................................................29 11.04 Uncovering Work.................................................................................................................. 30 11.05 City May Stop the Work.............................................................................................................30 11.06 Correction or Removal of Defective Work ............................................................................ 30 11.07 Correction Period........................................................................................................................30 11.08 City May Correct Defective Work.............................................................................................31 Article12—Completion..................................................................................................................................32 1201 Contractor's Warranty of Title....................................................................................................32 1202 Partial Utilization........................................................................................................................32 1203 Final Inspection...........................................................................................................................32 1204 Final Acceptance.........................................................................................................................33 Article13 — Suspension of Work.....................................................................................................................33 13.01 City May Suspend Work.............................................................................................................33 Article14—Miscellaneous..............................................................................................................................34 14.01 Giving Notice..............................................................................................................................34 CITY OF FORT WORTH 065611.00644 394819 v2 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 CITY OF FORT WORTH 065611.00644 394819 v2 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 orforms. 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, StreetLight, and Street Signs.A CFA may include private facilities within the right-of-way dedicated as private right-of-way or easement on a recordedplat. 8. Contract The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH 065611.00644 394819 v2 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 i. MWBE Commitment Form(If required by City) k. General Conditions 1. Supplementary Conditions M. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Proj ect'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 notContract Documents. 10. Contractor Catamount Constructors, Inc., a Colorado Corporation. 11. Day or day A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer RLP III Blazing Trail Phase I, LLC, a Delaware limited liability company. 13. Drawings That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH 065611.00644 394819 v2 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 theAgreement. 22. Participating Change Order A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of theAgreement. 23. Plans See definition of Drawings. 24. Project Schedule A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 25. Project The Work to be performed under the ContractDocuments. 26. Project Representative The authorized representative of the City who will be assigned to the Site. 27. Public Meeting An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of theProject. 28. Regular Working Hours Hours beginning at 7:00 a.m. and ending at 6:00 p.m.,Monday thru Friday (excluding legal holidays). 29. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH 065611.00644 394819 v2 STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made apart 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 apart of the Work at the Site. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier A manufacturer,fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH 065611.00644 394819 v2 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 ContractDocuments. 42. Working Day A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word"defective,"when modifying the word"Work,"refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents;or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents;or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform,Provide: 1. The word"Furnish" or the word"Install" or the word"Perform" or the word"Provide" or the word"Supply,"or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH 065611.00644 394819 v2 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 followingways: 1. A Field Order; CITY OF FORT WORTH 065611.00644 394819 v2 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 and4.02.C. 4.03 Certificates oflnsurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance(and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH 065611.00644 394819 v2 STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 1. The certificate of insurance shall document the City, Developer, Blazing Trail, L.P., and Lincoln Property Company Commercial,Inc. as"Additional Insureds"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 and Developer. 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 and Developer. 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 or Developer to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City or Developer 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 and Developer 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 or Developer 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 and Developer in regards to asset value and stockholders' equity. In lieu of traditional insurance, alternative coverage maintained through CITY OF FORT WORTH 065611.00644 394819 v2 STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 insurance pools or risk retention groups,must also be approved by City and Developer. 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 and Developer. 11. City and Developer, in their 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 and Developer 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 and Developer 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 and Developer 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 and Developer 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 1) $100,000 each accident/occurrence CITY OF FORT WORTH 065611.00644 394819 v2 STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 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 eachoccurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the General Aggregate Limits apply separately to each j ob site. 4. The Commercial General Liability Insurance policies shall provide "Y', "C", and 'lull 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 beliable. 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 of35 1) $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: CITY OF FORT WORTH 065611.00644 394819 v2 STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 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: N/A 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: N/A Enter limits provided by Railroad Company(If none,write none) b. Each Occurrence: : N/A Enter limits provided by Railroad Company(If none,write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of- CITY OF FORT WORTH 065611.00644 394819 v2 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 repairwork performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City and Developer 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 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 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 oo C. 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 required tests)as to the source, kind, and quality of materials and equipment. D. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements)proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made byparticipating change orders. 5.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type,function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may,in City's sole discretion,be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole;and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH STANDARD 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 0125 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance,repair, and replacement services;and CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures:If a specific means,method,technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No"or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre-Qualification ofBidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre-qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 ® Required for this Contract. (Check this box ifthere is any City Participation) X 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: I. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity;nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. X Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor,the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the llth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a parry in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i)the name and CITY OF FORT WORTH STANDARD 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 shallbe 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 ofpatent 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 OtherAreas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH STANDARD 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 theDamage 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 ofDebris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean- up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice(by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning:Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein,whether in storage on or off the Site;and 3. other property at the Site or adjacent thereto,including trees, shrubs,lawns,walks,pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage,injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 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 Paragraph5.16.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 ContractDocuments. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier,pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 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 causedby: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers,or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute.None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others;or CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2)years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. CONTRACTOR COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND,AT ITS OWN EXPENSE, THE CITY, ITS OFFICERS, SERVANTS AND EMPLOYEES, AND THE INDEMENIFIED PARTIES (AS DEFINED IN THE AGREEMENT)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 OR THE OTHER INDEMNIFIED PARTIES. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City and the Indemnified Parties in defending against such claims and causes ofactions. B. CONTRACTOR COVENANTS AND AGREES TO INDEMNIFY AND HOLD HARMLESS, AT ITS OWN EXPENSE, THE CITY, ITS OFFICERS, SERVANTS AND EMPLOYEES, AND THE INDEMNIFIED PARTIES FROM AND AGAINST ANY AND ALL LOSS, DAMAGE OR DESTRUCTION OF PROPERTY OF THE CITY OR THE INDEMNIFIED PARTIES,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 OR THE INDEMNIFIED PARTIES. 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, CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals,provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 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 and Developer 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 and Developer 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 and Developer 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 and Developer 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 and Developer 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 and Developer 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 and Developer. The City and Developer 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race,color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 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 ContractDocuments. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor,who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 8.04 Determinations for WorkPerformed 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 anticipatedproj ect. 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 anegative result and require a retest. 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 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 stored elsewhere. Contractor shall allow City,City's representatives,agents,consultants,employees,and City's other contractors,access to CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12— COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2 consent of the surety,if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4 affidavits of payments and complete and legally effective releases or waivers (satisfactory to City)of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6 Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13— SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City and/or Developer may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14—MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended;or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 01 11 00-1 DAP SUMMARY OF WORK Page 1 of 3 1 SECTION 01 1100 2 SUMMARY OF WORK 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor,materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list,then the item shall 27 be considered as a subsidiary item of Work,the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools,materials,and equipment for construction 37 purposes may be stored in such space,but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—Developer Awarded Projects 103374 Revised December 20,2012 011100-2 DAP SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery,plants, 18 lawns,fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines,to all conduits, overhead pole lines, or 20 appurtenances thereof,including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission,neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work,material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements,including removal,temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal,unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—Developer Awarded Projects 103374 Revised December 20,2012 01 11 00-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—Developer Awarded Projects 103374 Revised December 20,2012 012500-1 SUB STH'UTION PROCEDURES Pagel of 4 SECTION 0125 00 SUBSTITUTION PROCEDURES PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not"or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution-General 1. Within 30 days after award of Contract(unless noted otherwise),the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors,trade names,or catalog numbers. a. When this method of specifying is used,it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names,or catalog numbers,provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike,discontinued production of products meeting specified requirements,or other factors beyond control of Contractor; or, CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1,2011 012500-2 SUB STTTUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form(attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution,including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule,when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product,including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including,but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection I. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved,the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1,2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. hi the City's opinion,acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product,the Contractor represents that the Contractor: 1. Has investigated proposed product,and has determined that it is adequate or superior in all respects to that specified,and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work,to include building modifications if necessary,making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1,2011 012500-4 SUB STTTUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better(explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended _Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1,2011 0131 19-1 DAP PRECONSTRUCTION MEETING Page 1 of3 SECTION 01 31 19 PRECONSTRUCTION MEETING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded,tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting,prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised August 30,2013 013119-2 DAP PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way,utility clearances,easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals in. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing cc. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised August 30,2013 013119-3 DAP PRECONSTRUCTION MEETING Page 3 of3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised August 30,2013 01 32 33-1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised August 30,2013 013233-2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised August 30,2013 013300-1 DAP SUBMITTALS Page 1 of 8 SECTION 0133 00 DAP SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data(including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing,at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare,prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within thetime specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including,but not limited to: a) Disapproval and resubmittal(if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised August 30,2013 013300-2 DAP SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples,utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Sectionnumber. c. Last use a letter,A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission(second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings,product data and samples,including those by subcontractors,prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria,materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/2 inches x 1 linches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items/Table of Contents c. Product Data/Shop Drawings/Samples/Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised August 30,2013 013300-3 DAP SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of a. Contractor b. Supplier c. Manufacturer 5. Identification of the product,with the Specification Section number,page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes,but is not necessarily limitedto: a. Custom-prepared data such as fabrication and erection/installation(working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1)Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include,but is not necessarily limitedto: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised August 30,2013 013300-4 DAP SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections,include,but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed,materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work,materials, fabrication,and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution(if required in lieu of electronic distribution) CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised August 30,2013 013300-5 DAP SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples,where required,to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabricationprocesses, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance,the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised August 30,2013 013300-6 DAP SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however,all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however,all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments,omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense,based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals,will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents,then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised August 30,2013 013300-7 DAP SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City,the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded,will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include,but are not necessarily limited to,complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit aP.E. Certification for each item required. N. Request for Information(RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised August 30,2013 013300-8 DAP SUBMITTALS Page 8 of 8 PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised August 30,2013 0135 13-1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes,but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 1. [Coordination with North Central Texas Council of Governments Clean 19 Construction Specification[remove if not required]) 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. 22 C. Related Specification Sections include,but are not necessarily limited to: 23 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 24 2. Division 1 —General Requirements 25 3. Section 33 12 25 —Connection to Existing Water Mains 26 27 1.2 REFERENCES 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification,unless a date is specifically cited. 32 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 33 High Voltage Overhead Lines. 34 3. North Central Texas Council of Governments (NCTCOG)—Clean Construction 35 Specification 36 1.3 ADMINISTRATIVE REQUIREMENTS 37 A. Coordination with the Texas Department of Transportation 38 1. When work in the right-of-way which is under the jurisdiction of the Texas 39 Department of Transportation (TxDOT): CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised August,30,2013 013513-2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 1 a. Notify the Texas Department of Transportation prior to commencing any work 2 therein in accordance with the provisions of the permit 3 b. All work performed in the TxDOT right-of-way shall be performed in 4 compliance with and subject to approval from the Texas Department of 5 Transportation 6 B. Work near High Voltage Lines 7 1. Regulatory Requirements 8 a. All Work near High Voltage Lines (more than 600 volts measured between 9 conductors or between a conductor and the ground) shall be in accordance with 10 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 11 2. Warning sign 12 a. Provide sign of sufficient size meeting all OSHA requirements. 13 3. Equipment operating within 10 feet of high voltage lines will require the following 14 safety features 15 a. Insulating cage-type of guard about the boom or arm 16 b. Insulator links on the lift hook connections for back hoes or dippers 17 c. Equipment must meet the safety requirements as set forth by OSHA and the 18 safety requirements of the owner of the high voltage lines 19 4. Work within 6 feet of high voltage electric lines 20 a. Notification shall be given to: 21 1) The power company(example: ONCOR) 22 a) Maintain an accurate log of all such calls to power company and record 23 action taken in each case. 24 b. Coordination with power company 25 1) After notification coordinate with the power company to: 26 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 27 lower the lines 28 c. No personnel may work within 6 feet of a high voltage line before the above 29 requirements have been met. 30 C. Confined Space Entry Program 31 1. Provide and follow approved Confined Space Entry Program in accordance with 32 OSHA requirements. 33 2. Confined Spaces include: 34 a. Manholes 35 b. All other confined spaces in accordance with OSHA's Permit Required for 36 Confined Spaces 37 D. Use of Explosives, Drop Weight, Etc. 38 1. When Contract Documents permit on the project the following will apply: 39 a. Public Notification 40 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 41 prior to commencing. 42 2) Minimum 24 hour public notification in accordance with Section 01 31 13 43 E. Water Department Coordination CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised August,30,2013 0135 13-3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed,obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition,the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 F. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis,prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No (CPN) 30 c) Scope of Project(i.e.type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 G. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction,prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised August,30,2013 013513-4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 H. Coordination with United States Army Corps of Engineers (USACE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required,meet all requirements set forth in each designated 20 permit. 21 L Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required,meet all requirements set forth in each designated 24 railroad permit. This includes,but is not limited to,provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 f Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 J. Dust Control 37 1. Use acceptable measures to control dust at the Site. 38 a. If water is used to control dust, capture and properly dispose of waste water. 39 b. If wet saw cutting is performed, capture and properly dispose of slurry. 40 K. Employee Parking 41 1. Provide parking for employees at locations approved by the City. 42 L. Coordination with North Central Texas Council of Governments (NCTCOG) Clean 43 Construction Specification [if required for the project] 44 1. Comply with equipment, operational, reporting and enforcement requirements set 45 forth in NCTCOG's Clean Construction Specification.} CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised August,30,2013 013513-5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE,AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 1.3.13—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 13 CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised August,30,2013 013513-6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised August,30,2013 013513-7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 1 EXHIBIT B 2 Fob WorTx, Date: DOE NO.XXXX Pnoieet Msme: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR 3 --_ 4 CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised August,30,2013 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating,and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails,the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City,notify City, sufficiently in advance,when testing is needed. b. When testing is required to be completed by the Contractor,notify City, sufficiently in advance,that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another form of distribution approved by the City. CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised March 20,2020 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution(if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V.Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised March 20,2020 01 5000-1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including,but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies orauthorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel,power, light,heat and other utility services necessary for execution, completion,testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised JULY 1,2011 015000-2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting,operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion ofWork. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised JULY 1,2011 015000-3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration ofthe project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS [NOT USED] PART 3 -EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised JULY 1,2011 015000-4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work,to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised JULY 1,2011 01 5526-1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 34 71 13 —Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification,unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings,provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings,prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised July 1,2011 015526-2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction,then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete,to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department,Signs and Markings Division,to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised July 1,2011 015526-3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised July 1,2011 01 57 13-1 DAP STORM WATER POLLUTION PREVENTION Page 1 of3 SECTION 01 5713 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 3125 00—Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid.No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent:NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. Integrated Storm Management(iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised July 1,2011 01 57 13-2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send I copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division forreview CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised July 1,2011 01 57 13-3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised July 1,2011 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 SECTION 0160 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City's website at: httns://anus.fortworthtexas.gov/ProjectResources/and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. C. Although a specific product is included on City's Standard Product List,not all products from that manufacturer are approved for use,including but not limited to,that manufacturer's standard product. D. See Section 01 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised March 20,2020 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS [NOT USED] PART 3 -EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 1 D.V.Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised March 20,2020 016600-1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised April 7,2014 016600-2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer,item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors,public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City's Project Representative. 6. Do not use lawns,grass plots or other private property for storage purposes without written permission of owner or other person in possession or control ofpremises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet,unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised April 7,2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS [NOT USED] PART 3 -EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged,used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised April 7,2014 016600-4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised April 7,2014 017000-1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment,and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment,and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment,and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised April 7,2014 017000-2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment,and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment,and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price per each"Specified Remobilization"in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby,idle time, or lost profits associated this Item. CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised April 7,2014 017000-3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price per each"Work Order Mobilization"in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby,idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price per each"Work Order Emergency Mobilization"in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby,idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised April 7,2014 017000-4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS [NOT USED] PART 3 -EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised April 7,2014 017423-1 DAP CLEANING Page 1 of 4 SECTION 0174 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 32 92 13 —Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE,AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised April 7,2014 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 1 SECTION 01 71 23 2 CONSTRUCTION STAKING AND SURVEY 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. See Changes (Highlighted in Yellow). 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the various Items bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will be 27 allowed. 28 3. As-Built Survey 29 a. Measurement 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) The work performed and the materials furnished in accordance with this 33 Item are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 36 37 38 39 40 CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised February 14,2018 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1 1.3 REFERENCES 2 A. Definitions 3 1. Construction Survey -The survey measurements made prior to or while 4 construction is in progress to control elevation,horizontal position, dimensions and 5 configuration of structures/improvements included in the Project Drawings. 6 2. As-built Survey—The measurements made after the construction of the 7 improvement features are complete to provide position coordinates for the features 8 of a project. 9 3. Construction Staking—The placement of stakes and markings to provide offsets 10 and elevations to cut and fill in order to locate on the ground the designed 11 structures/improvements included in the Project Drawings. Construction staking 12 shall include staking easements and/or right of way if indicated on the plans. 13 4. Survey"Field Checks"—Measurements made after construction staking is 14 completed and before construction work begins to ensure that structures marked on 15 the ground are accurately located per Project Drawings. 16 B. Technical References 17 1. City of Fort Worth—Construction Staking Standards (available on City's Buzzsaw 18 website)—01 71 23.16.01—Attachment A—Survey Staking Standards 19 2. City of Fort Worth- Standard Survey Data Collector Library(fxl)files (available 20 on City's Buzzsaw website). 21 3. Texas Department of Transportation(TxDOT) Survey Manual,latest revision 22 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 23 Surveying in the State of Texas, Category 5 24 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. The Contractor's selection of a surveyor must comply with Texas Government 27 Code 2254 (qualifications based selection)for this project. 28 1.5 SUBMITTALS 29 A. Submittals, if required, shall be in accordance with Section 0133 00. 30 B. All submittals shall be received and reviewed by the City prior to delivery of work. 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Field Quality Control Submittals 33 1. Documentation verifying accuracy of field engineering work,including coordinate 34 conversions if plans do not indicate grid or ground coordinates. 35 2. Submit"Cut-Sheets"conforming to the standard template provided by the City 36 (refer to 01 71 23.16.01 —Attachment A— Survey Staking Standards). 37 38 1.7 CLOSEOUT SUBMITTALS 39 B. As-built Redline Drawing Submittal CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised February 14,2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 2 constructed improvements signed and sealed by Registered Professional Land 3 Surveyor(RPLS)responsible for the work(refer to 01 71 23.16.01 —Attachment A 4 — Survey Staking Standards) . 5 2. Contractor shall submit the proposed as-built and completed redline drawing 6 submittal one (1)week prior to scheduling the project final inspection for City 7 review and comment. Revisions, if necessary, shall be made to the as-built redline 8 drawings and resubmitted to the City prior to scheduling the construction final 9 inspection. 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. Construction Staking 13 1. Construction staking will be performed by the Contractor. 14 2. Coordination 15 a. Contact City and Developer's Project Representative at least one week in 16 advance notifying the City of when Construction Staking is scheduled. 17 b. It is the Contractor's responsibility to coordinate staking such that 18 construction activities are not delayed or negatively impacted. 19 3. General 20 a. Contractor is responsible for preserving and maintaining stakes. If City 21 surveyors or Developer's Project Representative are required to re-stake for 22 any reason,the Contractor will be responsible for costs to perform staking. If 23 in the opinion of the City, a sufficient number of stakes or markings have been 24 lost, destroyed disturbed or omitted that the contracted Work cannot take place 25 then the Contractor will be required to stake or re-stake the deficient areas. 26 B. Construction Survey 27 1. Construction Survey will be performed by the Contractor. 28 2. Coordination 29 a. Contractor to verify that horizontal and vertical control data established in the 30 design survey and required for construction survey is available and in place. 31 3. General 32 a. Construction survey will be performed in order to construct the work shown 33 on the Construction Drawings and specified in the Contract Documents. 34 b. For construction methods other than open cut,the Contractor shall perform 35 construction survey and verify control data including,but not limited to,the 36 following: 37 1) Verification that established benchmarks and control are accurate. 38 2) Use of Benchmarks to furnish and maintain all reference lines and grades 39 for tunneling. 40 3) Use of line and grades to establish the location of the pipe. 41 4) Submit to the City copies of field notes used to establish all lines and 42 grades, if requested, and allow the City to check guidance system setup prior 43 to beginning each tunneling drive. 44 5) Provide access for the City, if requested,to verify the guidance system and 45 the line and grade of the carrier pipe. CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised February 14,2018 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 1 6) The Contractor remains fully responsible for the accuracy of the work and 2 correction of it,as required. 3 7) Monitor line and grade continuously during construction. 4 8) Record deviation with respect to design line and grade once at each pipe 5 joint and submit daily records to the City. 6 9) If the installation does not meet the specified tolerances (as outlined in 7 Sections 33 05 23 and/or 33 05 24),immediately notify the City and correct 8 the installation in accordance with the Contract Documents. 9 C. As-Built Survey 10 1. Required As-Built Survey will be performed by the Contractor. 11 2. Coordination 12 a. Contractor is to coordinate with City to confirm which features require as- 13 built surveying. 14 b. It is the Contractor's responsibility to coordinate the as-built survey and 15 required measurements for items that are to be buried such that construction 16 activities are not delayed or negatively impacted. 17 c. For sewer mains and water mains 12"and under in diameter,it is acceptable 18 to physically measure depth and mark the location during the progress of 19 construction and take as-built survey after the facility has been buried. The 20 Contractor is responsible for the quality control needed to ensure accuracy. 21 3. General 22 a. The Contractor shall provide as-built survey including the elevation and 23 location(and provide written documentation to the City) of construction 24 features during the progress of the construction including the following: 25 1) Water Lines 26 a) Top of pipe elevations and coordinates for waterlines at the following 27 locations: 28 (1) Minimum every 250 linear feet,including 29 (2) Horizontal and vertical points of inflection, curvature, 30 etc. 31 (3) Fire line tee 32 (4) Plugs, stub-outs, dead-end lines 33 (5) Casing pipe (each end) and all buried fittings 34 2) Sanitary Sewer 35 a) Top of pipe elevations and coordinates for force mains and siphon 36 sanitary sewer lines (non-gravity facilities) at the following locations: 37 (1) Minimum every 250 linear feet and any buried fittings 38 (2) Horizontal and vertical points of inflection, curvature, 39 etc. 40 3) Stormwater—Not Applicable 41 b. The Contractor shall provide as-built survey including the elevation and 42 location(and provide written documentation to the City) of construction 43 features after the construction is completed including the following: 44 1) Manholes 45 a) Rim and flowline elevations and coordinates for each manhole 46 2) Water Lines 47 a) Cathodic protection test stations 48 b) Sampling stations 49 c) Meter boxes/vaults (All sizes) CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised February 14,2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 1 d) Fire hydrants 2 e) Valves (gate,butterfly, etc.) 3 f) Air Release valves (Manhole rim and vent pipe) 4 g) Blow off valves (Manhole rim and valve lid) 5 h) Pressure plane valves 6 i) Underground Vaults 7 (1) Rim and flowline elevations and coordinates for each 8 Underground Vault. 9 3) Sanitary Sewer 10 a) Cleanouts 11 (1) Rim and flowline elevations and coordinates for each 12 b) Manholes and Junction Structures 13 (1) Rim and flowline elevations and coordinates for each 14 manhole and junction structure. 15 4) Stormwater—Not Applicable 16 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY 19 PART 2- PRODUCTS 20 A. A construction survey will produce,but will not be limited to: 21 1. Recovery of relevant control points,points of curvature and points of intersection. 22 2. Establish temporary horizontal and vertical control elevations (benchmarks) 23 sufficiently permanent and located in a manner to be used throughout construction. 24 3. The location of planned facilities, easements and improvements. 25 a. Establishing final line and grade stakes for piers, floors,grade beams,parking 26 areas,utilities, streets,highways,tunnels, and other construction. 27 b. A record of revisions or corrections noted in an orderly manner for reference. 28 c. A drawing,when required by the client, indicating the horizontal and vertical 29 location of facilities, easements and improvements, as built. 30 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 31 construction staking projects. These cut sheets shall be on the standard city template 32 which can be obtained from the Survey Superintendent(817-392-7925). 33 5. Digital survey files in the following formats shall be acceptable: 34 a. AutoCAD (.dwg) 35 b. ESRI Shapeflle (.shp) 36 c. CSV file (.csv),formatted with X and Y coordinates in separate columns (use 37 standard templates,if available) 38 6. Survey files shall include vertical and horizontal data tied to original project 39 control and benchmarks,and shall include feature descriptions 40 PART 3- EXECUTION 41 3.1 INSTALLERS CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised February 14,2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 1 A. Tolerances: 2 1. The staked location of any improvement or facility should be as accurate as 3 practical and necessary. The degree of precision required is dependent on many 4 factors all of which must remain judgmental. The tolerances listed hereafter are 5 based on generalities and,under certain circumstances, shall yield to specific 6 requirements. The surveyor shall assess any situation by review of the overall plans 7 and through consultation with responsible parties as to the need for specific 8 tolerances. 9 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 10 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 11 1.0 ft.tolerance. 12 b. Horizontal alignment on a structure shall be within .0.lft tolerance. 13 c. Paving or concrete for streets, curbs,gutters,parking areas, drives, alleys and 14 walkways shall be located within the confines of the site boundaries and, 15 occasionally, along a boundary or any other restrictive line. Away from any 16 restrictive line,these facilities should be staked with an accuracy producing no 17 more than 0.05ft.tolerance from their specified locations. 18 d. Underground and overhead utilities, such as sewers, gas,water,telephone and 19 electric lines, shall be located horizontally within their prescribed areas or 20 easements.Within assigned areas,these utilities should be staked with an 21 accuracy producing no more than 0.1 ft tolerance from a specified location. 22 e. The accuracy required for the vertical location of utilities varies widely. Many 23 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 24 should be maintained. Underground and overhead utilities on planned profile, 25 but not depending on gravity flow for performance, should not exceed 0.1 ft. 26 tolerance. 27 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 28 specifications or in compliance to standards. The City reserves the right to request a 29 calibration report at any time and recommends regular maintenance schedule be 30 performed by a certified technician every 6 months. 31 1. Field measurements of angles and distances shall be done in such fashion as to 32 satisfy the closures and tolerances expressed in Part 3.1.A. 33 2. Vertical locations shall be established from a pre-established benchmark and 34 checked by closing to a different bench mark on the same datum. 35 3. Construction survey field work shall correspond to the client's plans. Irregularities 36 or conflicts found shall be reported promptly to the City. 37 4. Revisions,corrections and other pertinent data shall be logged for future reference. 38 39 3.2 EXAMINATION [NOT USED] 40 3.3 PREPARATION [NOT USED] 41 3.4 APPLICATION 42 3.5 REPAIR/RESTORATION 43 A. If the Contractor's work damages or destroys one or more of the control 44 monuments/points set by the City or Developer's Project Representative,the monuments 45 shall be adequately referenced for expedient restoration. CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised February 14,2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1 1. Notify City or Developer's Project Representative if any control data needs to be 2 restored or replaced due to damage caused during construction operations. 3 a. Contractor shall perform replacements and/or restorations. 4 b. The City or Developer's Project Representative may require at any time a 5 survey "Field Check"of any monument or benchmarks that are set be verified 6 by the City surveyors or Developer's Project Representative before further 7 associated work can move forward. 8 3.6 RE-INSTALLATION [NOT USED] 9 3.7 FIELD [OR] SITE QUALITY CONTROL 10 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 11 City or Developer's Project Representative in accordance with this Specification. This 12 includes easements and right of way, if noted on the plans. 13 B. Do not change or relocate stakes or control data without approval from the City. 14 3.8 SYSTEM STARTUP 15 A. Survey Checks 16 1. The City reserves the right to perform a Survey Check at anytime deemed 17 necessary. 18 2. Checks by City personnel or 3rd party contracted surveyor are not intended to 19 relieve the contractor of his/her responsibility for accuracy. 20 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added instruction and modified measurement&payment under 1.2,added 8/31/2017 M.Owen definitions and references under 1.3;modified 1.6;added 1.7 closeout submittal requirements;modified 1.9 Quality Assurance;added PART 2—PRODUCTS, Added 3.1 Installers;added 3.5 Repair/Restoration-,and added 3.8 System Startup. Removed"blue text-,revised measurement and payment sections for Construction 2/14/2018 M Owen Staking and As-Built Survey;added reference to selection compliance with TGC 2254;revised action and Closeout submittal requirements,added acceptable depth CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised February 14,2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 measurement criteria;revised list of items requiring as-built survey"during"and "after"construction;and revised acceptable digital survey file format 1 CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised February 14,2018 01 74 23-2 DAP CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised April 7,2014 01 74 23-3 DAP CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 5. Prior to storm events,thoroughly clean site of all loose or unsecured items,which may become airborne or transported by flowing water during the storm. C. Exterior(Site or Right of Way)Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks,pieces of asphalt,concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including,but not limited to,vaults,manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities,and upon approval by City,remove erosion control from site. 5. Clean signs,lights, signals,etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised April 7,2014 01 74 23-4 DAP CLEANING Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised April 7,2014 017719-1 DAP CLOSEOUT REQUIREMENTS Page 1 of3 SECTION 01 7719 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees,bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised April 7,2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 -PRODUCTS [NOTUSED] PART 3 -EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 7823 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning,provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection,the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice,inform the City,that the required Work has been completed. Upon receipt of this notice,the City, in the presence of the Contractor,will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include,but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised April 7,2014 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report(if required) f Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation,in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised April 7,2014 017823-1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include,but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 '/2 inches x 11 inches b. Paper 1) 40 pound minimum,white,for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised April 7,2014 017823-2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab,bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f Cover 1) Identify each volume with typed or printed title "OPERATINGAND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available,provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor,name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List,with each product: 1) The name,address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised April 7,2014 017823-3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty,bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data,giving full information on products 1) Catalog number, size,composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data,giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection,maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function,normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up,break-in,routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly,repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised April 7,2014 017823-4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers,with location and function of each valve j. List of original manufacturer's spare parts,manufacturer's current prices,and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function,normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly,repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts,manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised April 7,2014 017823-5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS [NOT USED] PART 3 -EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME 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 CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised April 7,2014 01 78 39-1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents,including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents,making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised April 7,2014 017839-2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records,make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work,both concealed and visible,to enable future modification of the Work to proceed without lengthy and expensive site measurement,investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data,use means necessary to again secure the data to the City's approval. a. In such case,provide replacements to the standards originally required bythe Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City,at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection,provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS -JOB SET". CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised April 7,2014 01 78 39-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time,the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City,until start of transfer of data to final Project Record Documents. c. Maintain the i ob set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describethe change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping changes,use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits,piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings,by dimension accurate to within 1 inch,the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show,by symbol or note,the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where,in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents,coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a"cloud" around the area or areas affected. CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised April 7,2014 017839-4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 d. Make changes neatly,consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings,have been kept clean during progress of the Work,and if entries thereon have been orderly to the approval of the City, the job set of those Documents,other than Drawings,will be accepted as final Record Documents. b. If any such Document is not so approved by the City,secure a new copy of that Document from the City at the City's usual charge for reproduction and handling,and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH Blazing Trail Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103374 Revised April 7,2014 FREE=n �n® nssr+r�v raPIRMur PROJECT NO. 23825 JANUARY, 2021 GEOTECHNICAL INVESTIGATION PROPOSED BUILDING MARK IV PARKWAY AND DOWNING DRIVE FORT WORTH, TEXAS Presented To: LINCOLN PROPERTY COMPANY DALLAS, TEXAS REEa EnM1nMMR1nIM GEOTECHNICAL AND IS FR IQ U P ENVIRONMENTAL CONSULTANTS January 28, 2021 Project No. 23825 Lincoln Property Company 2000 McKinney Avenue, Suite 1000 Dallas, Texas 75201 ATTN: Mr. Matthew J. Balsman GEOTECHNICAL INVESTIGATION PROPOSED BUILDING MARK IV PARKWAY AND DOWNING DRIVE FORT WORTH, TEXAS Gentlemen: Transmitted herewith are copies of the referenced report. Should you have any questions concerning our findings or if you desire additional information, do not hesitate to call. Sincerely, T t�.rp........ .... 1 i REED ENGINEERING GROUP, LTD. * ••• *�1� Registration Number F-3114 • •• �DANIELR. KOVACICH .� '-o.•.•.•127402 •• January 29, 2021 it Z/CEN Daniel R. Kovacich, P.E. ILI S/ONAIE�" Project Engineer Forrest Whitney Smith, P.G., P.E. tc,�Q'�E OF 1E;f9s11, Vice President .... ....................:*• DRK/FWS/apv j F.•WHITNEY SMITH •� January 29, 2021 ............................. copy submitted via e-mail only 4-,,:• 85658 :4�5 it�.�''••!/CENSEQ•G���s S/0 CC 2424 STUTZ DRIVE SUITE 400 DALLAS,Tk 75235 GEOTECHNICAL ENGINEERING tel 214 350 5600 fax 214.350,0019 ENVIRONMENTAL CONSULTING wwwreed-engineenng,com CONSTRUCTION MATERIALS TESTING rawcss3 W"9X1n1K1Krw1r-1v DAau+M TABLE OF CONTENTS PAGE INTRODUCTION....................................................................................................1 ProjectDescription...................................................................................... 1 Authorization................................................................................................1 Purposeand Scope....................................................................................... 1 FIELD AND LABORATORY INVESTIGATIONS............................................2 General..........................................................................................................2 FieldInvestigation........................................................................................2 LaboratoryTesting......................................................................................3 GENERAL SITE CONDITIONS...........................................................................5 Physiography................................................................................................5 Geology and Stratigraphy...........................................................................5 GroundWater..............................................................................................6 Texas Health and Safety Code and TCEQ Comment.............................. 6 Seismic Site Classification...........................................................................7 ANALYSIS AND RECOMMENDATIONS..........................................................7 Potential Vertical Movements.....................................................................7 FoundationDesign....................................................................................... 8 Grade Beams/Tilt-Wall Panels................................................................... 11 FloorSlab......................................................................................................12 Dock-High Walls.......................................................................................... 19 Pavement Design Standard and Minimum Section Thickness—Mark IV Parkway Extension................................................19 Recommended Pavement Section...............................................................21 Earthwork, General.....................................................................................22 Earthwork.....................................................................................................23 Pavement.......................................................................................................25 PavementJoints........................................................................................... 31 Construction Observation and Testing Frequency...................................35 - i - In Pal o u r TABLE OF CONTENTS (Continued) ILLUSTRATIONS PLATE PLANOF BORINGS...............................................................................................1 BORINGLOGS.......................................................................................................2-29 KEYS TO TERMS AND SYMBOLS USED.........................................................30&31 LABORATORY TEST RESULTS..__...........*.....*...... 32-31 SOLUBLE SULFATE CONTENT DETERMINATION TEST RESULTS......36 LIME SERIES TEST RESULTS...........................................................................37 ABSORPTION PRESSURE-SWELL TEST RESULTS..................................... 38&39 2019 AERIAL PHOTOGRAPH.............................................................................40 - ii - AELaa Wn®InMMFORtno cs pit ouP. INTRODUCTION Project Description This report presents the results of a geotechnical investigation performed for a proposed building to be located on Mark IV Parkway in Fort Worth, Texas. The general orientation of the building is shown on the Plan of Borings, Plate 1 of the report Illustrations. The project consists of construction of an approximate 219,000-square foot warehouse building with associated site paving for parking (uncovered and covered) and drives. The project also consists of an extension of Mark IV Parkway (approximately 2,200 linear feet). It is understood that the roadway extension will be designed in accordance with City of Fort Worth standards. Finished floor elevation is currently set at Elev. 631 feet. If finished floor elevation is altered by more than plus or minus one foot, this office should be provided with an updated site grading plan to allow for evaluation and modification of the recommendations, if necessary. Authorization This investigation was authorized by Mr. Mat Balsman of Lincoln Property Company by signature of our Proposal No. 10-74 (Revised) on October 23, 2020. Purpose and Scope The purpose of this investigation has been to evaluate the general subsurface conditions and provide recommendations for: • design of the foundation system; • floor slab; • lateral loads for design of dock-high walls; I Project No. 23825 - 1 - January 28, 2021 ptttttINL] WM17IP'IWW:F%tML1 nr7Ciut- • pavement subgrade and stabilization; • pavement section thickness; and • site preparation and earthwork compaction criteria. The investigation has included drilling sample borings, performing laboratory testing, analyzing engineering and geologic data and developing geotechnical recommendations. The following sections present the methodology used in this investigation. Recommendations provided herein are site-specific and were developed for the project discussed in the report Introduction. Persons using this report for other than the intended purpose do so at their own risk. FIELD AND LABORATORY INVESTIGATIONS General The field and laboratory investigations have been conducted in accordance with applicable standards and procedures set forth in the 2020 Annual Book of ASTM Standards, Volumes 04.08 and 04.09, "Soil and Rock." These volumes should be consulted for information on specific test procedures. Field Investigation Subsurface conditions were evaluated by 28 sample borings drilled to depths of 6 to 21 feet in December 2020. The locations of the borings are shown on Plate 1 of the report Illustrations. Borings were located in the field using a GPS (global positioning system) unit. The accuracy of this unit is estimated to be within plus or minus one meter. Project No. 23825 -2 - January 28, 2021 wQi¢t7 �1'1011'1Q�P�1�'l� o rig o u r Borings were advanced between sampling intervals by means of a truck-mounted drilling rig equipped with continuous flight augers. Samples of cohesive soils were obtained with 3-inch diameter Shelby tubes (ASTM D1587). Weathered and unweathered limestone was evaluated in-situ using the Texas Department of Transportation (TxDOT) cone penetrometer test. Delayed water level observations were made in the open boreholes to evaluate ground water conditions. Borings were backfilled at completion of field operations. Sample depth, description of materials, field tests, water conditions and soil classification [Unified Soil Classification System (USCS), ASTM D2488] are presented on the Boring Logs, Plates 2 through 29. Keys to terms and symbols used on the logs are included as Plates 30 and 31. Elevations shown on the boring logs are approximate, and have been interpolated to the nearest foot based on topographic information provided by the client. Laboratory Testing All samples were returned to the laboratory and visually logged in accordance with the USCS. The consistency of cohesive soils was evaluated by means of a pocket penetrometer. Results of the pocket penetrometer readings are presented on the boring logs. Laboratory tests were performed to evaluate index properties and confirm visual classification of selected samples. Tests and ASTM designations are provided in Table 1. Project No. 23825 - 3 - January 28, 2021 FiMlKLJ tnaIMMMPRino T 0!1 M L1 1u TABLE 1. TESTS CONDUCTED AND ASTM DESIGNATIONS Type of Test ASTM Designation Atterberg Limits D4318 Moisture Content D2216 Partial Gradation D1140 The results of these tests are summarized on Plates 32 through 35. In addition, soluble sulfate and lime series tests were conducted on the subgrade clay to evaluate the suitability of subgrade soils for lime stabilization. The results of these tests are summarized on Plates 35 and 37. The expansive characteristics of the upper soils were also evaluated by means of two absorption pressure-swell tests conducted in accordance with general procedures discussed by Johnson and Snethen'. Results of the swell tests are presented graphically on Plates 38 and 39. ' Johnson,L.D.,&Snethen,D.R. (1978). "Prediction of Potential Heave of Swelling Soil." Geotechnical Testing Journal,ASTM 1 (3), 117-124. Project No. 23825 -4 - January 28, 2021 FIMMIM WMCUVMW4Krn1no ®r"our GENERAL SITE CONDITIONS Physiography The project site is located south of the intersection of Downing Drive and Mark IV Parkway in Fort Worth, Texas. Based on topographic information, the existing grades vary from approximate Elev. 626 to 633 within the building footprint. Approximately two feet of cut to five feet of fill will be required to achieve finished floor elevation. Ground cover consisted of grass, weeds, and several trees at the time of our investigation (December 2020). In addition, a tree line was present and extended from north to south through the center portion of the building. An aerial photograph dated October 26, 2019 is included as Plate 40 for reference. Geology and Stratigraphy Subsurface conditions encountered in the borings consisted of alluvial and residual soil over severely weathered grading to unweathered limestone of the Cretaceous Fort Worth Limestone Formation. The alluvial soil consisted of dark brown and brown, high to moderate plasticity (CH - CL) silty clay with varying amounts of sand, gravel and calcareous concretions. The residual soil encountered below the alluvial soil consisted of light brown and yellowish-brown CH to CL silty and calcareous clay with calcareous deposits and limestone seams. The CL silty and calcareous clay is dual-classified as severely weathered limestone. Tan, hard to very hard (rock classification), weathered limestone was encountered below depths of 4-1/2 to 10 feet (approximate Elev. 624 to 618 feet). The tan limestone contained some silty clay seams and layers, and graded to gray, very hard (rock classification), Project No. 23825 - 5 - January 28, 2021 _ 14EEL] E��11'IEEAiI"10 a Pit ourO unweathered limestone below depths of 9-1/2 to 13-1/2 feet (approximate Elev. 622 to 613 feet). There were some shale seams and layers within the unweathered limestone. All building borings terminated in the gray,unweathered limestone. Ground Water Ground water was not encountered during or after drilling operations. Based on post-drilling water level observations, ground water was present in five borings at depths of 5 to 14 feet one to five days after drilling. The majority of the water is believed to be surface infiltration from recent rains. When present in the subsurface, ground water will be perched above the relatively impermeable, unweathered limestone in the overlying soils and within fractures in the tan, weathered limestone. The quantity, and depth to ground water, will fluctuate with variations in seasonal and yearly rainfall. Texas Health and Safety Code and TCEQ Comment Pursuant to the Texas Health and Safety Code, Chapter 361, §361.538 and 30 Texas Administrative Code 330, §330.953, Reed Engineering Group, Ltd. has performed appropriate soil tests as required by these regulations to demonstrate that the subject property does not overlie a closed municipal solid waste landfill. The site observations and subsurface data do not indicate the presence of buried municipal solid waste at this site. Based on these data, development of this site should not require a Development Permit, as described in §361.532 and §§330.951-330.963, Subchapter T. Project No. 23825 - 6 - January 28, 2021 "arm= armwinmmPRIMo aPRouPW Seismic Site Classification The site has been classified with respect to seismic design criteria contained in the 2015 International Building Code (IBC), Section 1613, and ASCE 7-10, Chapter 20. The criteria require characterization of the upper 100 feet of subsurface materials. Based on the ASCE 7- 10 criteria, the site is classified as Site Class B in accordance with Table 20.3-1. ANALYSIS AND RECOMMENDATIONS Potential Vertical Movements Potential Vertical Movements (PVM) were evaluated using an empirical procedure developed by McDoweI12 and modified by the Texas Department of Transportation, TxDOT Test Method 124-E3 in conjunction with absorption pressure-swell tests. Based on the PVM calculations and past experience, potential movements are estimated to be on the order of two to three inches. Movement will be associated with seasonal changes in soil moisture. Ground-supported improvements (i.e., sidewalks and paving) will move in response to changes in soil moisture. The movement will be observed as heave if the soils are dry at the time the pavement or sidewalk is constructed. The movement will be observed as settlement if the soils are moist at the time of construction. Generally, settlement will be limited to the outer perimeter(outer four to five feet) of larger slabs. Prudent watering during extended dry 2 McDowell,C. "The Relation of Laboratory Testing to Design for Pavements and Structures on Expansive Soils" (1959). Quarterly of the Colorado School of Mines,Volume 54,No.4, 127-153. 3 "Method for Determining the Potential Vertical Rise,PVR."(1978). Texas Department of Transportation,Test Method Tex-124-E. Project No. 23825 - 7 - January 28, 2021 RWW:E3 6nGOIn0:IMFRIr7EM 13 f1 GI LJ 1+ climatic periods can control settlement. Recommendations are provided to limit movement below the building; however, some movement of site paving and sidewalks should be anticipated. The estimated PVM is based on a finished floor elevation of 631 feet. If finished floor elevation is altered by more than plus or minus one foot, this office should be provided with an updated site grading plan to allow for evaluation and modification of the recommendations. Foundation Design Foundation support for concentrated column loads should be provided by auger-excavated, straight-shaft, reinforced concrete piers. The piers should be founded a minimum of 1 foot into the gray, unweathered limestone encountered at depths of 9-1/2 to 13 feet below present grade (approximate Elev. 622 to 613 feet). For purposes of identification, recommended bearing and skin friction values may be used below a minimum seating depth of one foot. Due to the very hard nature of the limestone, specialized coring equipment may be necessary during pier shaft construction. Piers should be proportioned for a maximum end bearing pressure of 50 kips per square foot (ksf) and a maximum skin friction in compression of 8.5 ksf. The end bearing and skin friction values are applicable for portions of the piers extended below the one-foot minimum penetration recommended for visual confirmation of the gray, unweathered limestone stratum. No portion of the pier surface area above the minimum one-foot penetration should be counted on to provide shear(skin friction) resistance. Project No. 23825 - 8 - January 28, 2021 A ffi fffL L7 �f"1®I n ff�t lV f l"7� Piers proportioned in accordance with these allowable bearing and skin friction values will have a minimum factor of safety of three considering a shear or plunging failure. The weight of the pier concrete below final grade may be neglected in determining foundation loads. Properly constructed piers should undergo negligible post-construction settlement. Piers will be subjected to uplift associated with swelling within the upper clays. The piers should contain reinforcing steel throughout the pier shaft to resist the tensile uplift forces. Reinforcing requirements may be estimated based on an uplift pressure of 1.3 ksf acting over the top 6 feet of pier surface area. The recommended uplift value is considered a working load. Appropriate factors of safety should be applied in calculating the percent of reinforcement. "Mushrooming", or widening of the upper portion of the pier shaft, will significantly increase the uplift pressure from the upper clays. "Mushrooms" should be removed from the piers prior to backfill operations. Pier caps should not be used with the piers unless a minimum void of 4 inches (approximate factor of safety of 1.3) is created below the portion of the cap extending beyond the shaft diameter. Uplift resistance will be provided by negative friction within the gray, unweathered limestone. Resistance to uplift can be calculated using an allowable friction of 5.5 ksf. This value should be applied for all portions of the piers extending below the minimum one-foot penetration depth into gray, unweathered limestone. Piers designed using the above value will have a minimum factor of safety of three considering a shear failure in uplift. Project No. 23825 - 9 - January 28, 2021 I P:aMME3 WMENI IRMP"InM o n d u P- The recommended end bearing and skin friction values are based on a minimum center-to- center spacing of the piers of two times the average pier diameter. If piers will be closer than two pier diameters, center-to-center, a reduction in the skin friction and end bearing is recommended. Ground water was encountered during the field investigation. However, the use of casing or dewatering of pier excavations should not be required if close coordination of drilling and concrete placement is performed. Pier excavations should be dry and free of deleterious materials prior to concrete placement. In no case should the pier shaft excavations remain open for more than eight hours prior to concrete placement. Continuous observation of the pier construction by a representative of this office is recommended. Observation is recommended to confirm the bearing stratum and that the excavations are dry prior to placement of concrete. It is anticipated that the piers may be evaluated for lateral loading. Frequently, "L-Pile" software will be used for the analysis and design of the piers. Geotechnical input parameters for the analysis are provided in Table 2 below. Project No. 23825 - 10 - January 28, 2021 raQAKa tr-►©IMMMMInrs cs�ousO TABLE 2. `L-PILE' PARAMETERS CH -CL Silty or Strata Reworked Soils Calcareous Clay Limestone Depth Range (feet) 0 -6 Varies Varies Cohesion (psf) 1,000 1,500 --- Unit Weight (pcf) ` 125 125 140 Subgrade Modulus 150 300 (Pcfl --- Strain Factor (E5o) 0.010 0.005 --- Compressive Strength (psi) --- --- 1,200 The pier/pile loading criteria was not available at the time of this writing. The specific pier/pile diameter, head fixity, and load should be analyzed. A minimum pier/pile spacing of three diameters, center-to-center, is recommended to limit stress overlap. This office can assist if desired. Grade Beams/Tilt-Wall Panels Grade beams or tilt-wall panels should be constructed with a minimum void of 4 inches (approximate factor of Safety of 1.3) beneath them. A void is recommended to limit potential foundation movements associated with swelling of the underlying soils. Project No. 23825 - 11 - January 28, 2021 FNWMZ3 COncsuV_ The void can be created below grade beams by use of wax-impregnated cardboard forms or beneath tilt panels by over-excavating the required void space prior to panel erection. Retainer boards along the outside of the grade beam or tilt-wall panel will not be necessary. Grade beams should be double-formed. Earth-forming of beams below ground is not recommended because of the inability to control the beam excavation width. Fill on the outside of perimeter grade beams and/or tilt walls should be placed in a controlled manner. Backfill should consist of site-excavated clays, or equal, placed and compacted in accordance with the Earthwork section. If bedding soils must be used adjacent to the perimeter of the building, the claylbedding soil interface should be sloped to drain away from the building. Compaction criteria are included in the Earthwork section. Floor Slab A number of factors affect the performance of the floor slab, to include traffic and wheel loads, quality of the concrete, joint treatment and condition of the subgrade. The two factors which affect the condition of the subgrade are related to post-construction movement and strength of the subgrade. The following sections address the potential for movement and alternatives to reduce the potential and/or probability of the movement occurring. The strength of the subgrade is addressed in the Modulus of Subgrade Reaction subsection. Project No. 23825 - 12 - January 28, 2021 Fa MIMa QMM 1 MNK q[FIR tPI® EM#"MuP- The recommendations provided below are based on a finished floor elevation of 613 feet. If the finished floor elevation is altered by more than plus or minus one foot, this office should be provided with a site grading plan to allow for evaluation and modification of the recommendations, if necessary. As stated above, potential movements associated with heave from a dry condition to a moist condition are estimated to be on the order of two to three inches. Additional movement is possible if the clays become saturated, such as can happen from utility leaks and excessive ponding of water adjacent to the perimeter walls. Two types of floor systems are considered feasible; a suspended floor and a ground-supported (or "floating") slab. The suspended floor is considered the most expensive but does provide the highest degree of confidence that post-construction movement of the floor will not occur. If ithis alternative is desired, a minimum void of 6 inches (approximate F.S. of 2) is recommended 1 between the soil and the lowest structural element of the floor system. For this alternative, plumbing lines should be suspended a minimum of six inches above the underlying soils. Where plumbing lines transition into the soil, they must be free to move up to three inches without intercepting the structure or distressing plumbing joints. Use of a ground-supported floor is feasible, provided the risk of some post-construction floor movement is acceptable. The potential movement can be reduced by proper implementation (i.e., construction) of remedial earthwork recommended in the following paragraphs. The risk Project No. 23825 - 13 - January 28, 2021 wsar. �n®inQ�nina cetnou� of the potential movement occurring can be reduced by implementation of positive grading of surface water away from the building and backfilling immediately adjacent to the structure with on-site clays. The most economical way of limiting the potential for post-construction floor movement, and the most positive from a design perspective, is to reduce the potential for heave-related movement prior to construction of the floor. This can be accomplished by mechanically excavating the upper soils, mixing the soils with water, then recompacting the soils at an elevated moisture in controlled lifts. At completion of the excavation and recompaction process, a surface seal will be required to maintain the desired moisture. Three types of surface seals can be provided: • a minimum of 12 inches of"select" fill; • a minimum of 6 inches of flexible base; or • lime stabilization of the top 6 inches of soil with a minimum of 6 percent hydrated lime at completion of reworking. This method of pre-wetting the soils is not effective unless the water is uniformly blended with the soil. Simply wetting the surface of the soil will not achieve the required result. General procedures are as follows. Project No. 23825 - 14 - January 28, 2021 FRQQL] Wm9minsmAmcs C!!1 C7 W1W 1. Strip vegetation and dispose of the organic materials in accordance with the project specifications. 2. Excavate to Elev. 625. Excavation may be terminated if intact limestone is encountered above the recommended elevation. Extend the footprint of the excavated area a minimum of 5 feet beyond the general building lines and a minimum of 10 feet beyond entrances. Consideration should be given to extending the treated area to the outer limits of the sidewalks, as a minimum. The lateral extent of the treated area should be reviewed by the owner and design team to address desired reduction of movement outside the structure and surface paving. 3. Scarify the exposed subgrade to a depth of six inches, water as necessary and recompact to the density and moisture recommended in the Earthwork section. Scarification of intact limestone is not necessary. 4. Compact site-excavated soils in lifts as outlined in the Earthwork section to the subgrade required for the desired moisture cap. Place and compact soils in accordance with recommendations in the Earthwork section. • Note: If insufficient on-site fill exists to achieve the proposed subgrade for the "select" fill or flexible base options, all imported fill for use below the building should consist of "select" fill, flexible base, or approved common fill. Balance on-site soils to provide a uniform thickness of "select" fill or flexible base. 5. Place and compact the surface moisture barrier, consisting of either- • 12 inches of"select" fill; or • 6 inches of flexible base; or • stabilize the top 6 inches of recompacted soil with a minimum of 6 percent hydrated lime. Placement recommendations for "select" fill and flexible base are included in the Earthwork section. Lime stabilization should be conducted in accordance with TxDOT "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges," 2014 Edition, Item 260. Lime-stabilized soils should be compacted to a minimum of 95 percent of Standard Proctor density, ASTM D698. Project No. 23825 - 15 - January 28, 2021 RWIMfl MMCRI MW Atl11IF-1 EX rjMMur The cap is recommended to protect the moisture in the subgrade and create an increased subgrade strength. It is not intended to be an all-weather surface during construction. If an all- weathered surface is desired, this office should be consulted for additional recommendations. Consideration should be given to benching the perimeter of the excavation, from the bottom up, at one horizontal to one vertical (1 H:IV) to create a transition between reworked soils and non- reworked soils. This will decrease the potential for concentrated differential movement between treated and untreated areas. Other Considerations - The moisture cap should be placed within approximately seven working days following completion of the excavation and recompaction operations to limit moisture loss. Careful consideration should be given to the actual area treated to reduce movement. The potential for post-construction heave will be reduced in the treated areas; however, areas left untreated will result in differential movement. In general, it is recommended the treated area extend beyond the building to reduce the potential for differential movement among the building, the sidewalk and entrance pavement or in areas where site paving is relatively flat because of drainage or ADA considerations. Consideration should be given to extending the treated area to the outer limits of the sidewalks, as a minimum. The lateral extent of the treated area should be reviewed by the owner and design team to address desired reduction of movement outside the structure and surface paving. Project No. 23825 - 16 - January 28, 2021 R�QD �1'7�11"'1�QRIf1® eanDur i Potential post-construction floor movement associated with heave, considering a properly reworked subgrade, is anticipated to be on the order of one inch. Additional movement is possible if the clays become saturated, such as can happen from utility leaks and excessive ponding of water adjacent to the perimeter walls. Positive drainage of water away from the structure must be provided and maintained after construction. Architectural detailing of interior finishes should allow for approximately one inch of differential floor movement. A minimum 10-mil thick polyethylene sheet is recommended below the floor to limit migration of moisture through the slab from the underlying soils (Note, ASTM recommends minimum 15-mil poly). This is of particular importance below sections of the floor covered with carpeting,paint or tile. Penetrations and lapped joints should be sealed with a waterproof tape. Ground-supported floors over expansive soils may be subject to settlement if the underlying clays dry during the life of the structure. Natural desiccation will be limited to the outer four to five feet along the perimeter where surface pavement does not abut the structure. However, roots from trees and shrubs can grow below the structure and increase the zone of desiccation. This process typically requires 8 to 10 years to develop. An effective means of limiting plant root growth is construction of a vertical moisture barrier adjacent to the foundation or extension of paving to the perimeter of the building. If utilized, the barrier should consist of a minimum six-inch wide, five-foot deep lean concrete wall, or other suitable material. Trees and shrubs should be planted outside the barrier. Project No. 23825 - 17 - January 28, 2021 _ _ R��a sno►n���vn® caPRour Modulus of Subgrade Reaction —The preceding sections discussed alternatives to reduce the potential and/or probability of post-construction floor movement. Three alternatives were provided to seal the moisture into the subgrade to reduce construction-related moisture loss. The alternatives included lime stabilization of approximately 6 inches of clay, placement of 12 inches of"select" fill, or placement of 6 inches of flexible base. The modulus of subgrade reaction is dependent upon the size of the area that is uniformly loaded. In other words, product stacked to a uniform pressure over a wide area "loads" the subgrade to a deeper depth than the same product loaded in racks with point loads transmitted to the floor at the rack legs. I Considering any of these three options, it is recommended the floor slab be designed for tire and rack loads using a modulus of subgrade reaction, k, of 150 pounds per cubic inch (pci). This value is applicable considering placement of a minimum of 12 inches of "select" fill, placement of 6 inches of flexible base, or lime stabilization of 6 inches of subgrade with a minimum of 6 percent hydrated lime over the prepared subgrade. To achieve the recommended modulus, compaction of the "select" fill, flexible base, and lime-stabilized clay to the specified density will be required. Materials disturbed by the construction equipment immediately prior to placement of the concrete will reduce the allowable modulus. Since the modulus of subgrade reaction varies dependent upon the size of the area to be loaded, it is recommended the value of k be reduced to 75 pci for loaded areas greater than 3 feet by 3 feet, up to an area of 8 feet by 8 feet. For loaded areas with a footprint greater than 8 feet by 8 feet, it is recommended the k value be reduced to 50 pci. Project No. 23825 - 18 - January 28, 2021 RMMM sn=try==:A1M1s onnour Various alternatives are available to increase the effective modulus of subgrade reaction. Combinations to increase the allowable modulus are feasible and will be addressed if desired. Dock-High Walls Lateral earth pressures against dock walls will be a function of the backfill within the "active zone" of earth pressure. The "active zone" can be estimated as an included angle of 38' from the vertical, extended upward from the base of the wall. Considering backfill using site-excavated materials, lateral earth pressures can be estimated based on an equivalent fluid pressure of 78 pounds per cubic foot (pcf) for at-rest conditions. Alternatively, imported "select" fill may be used as backfill in the active zone. Considering "select" fill, lateral earth pressures can be estimated based on an equivalent fluid pressure of 60 pcf at-rest conditions. The lateral earth pressure values do not incorporate specific factors of safety. If applicable, factors of safety should be integrated into the structural design of the walls. Pavement Design Standard and Minimum Section Thickness—Mark IV Parkway Extension Specific traffic volumes for roadway extension were not available at the time of the report preparation. Therefore, minimum design traffic volumes presented in Table 3.1 of the City of Fort Worth Pavement Design Standards and Manual (2015) were used in the design analyses. It is understood the roadway is classified as an industrial street. According to the City of Fort Worth design standard, a minimum nine-inch thick concrete pavement section is required for industrial streets. The design parameter values for the roadway, including annual 18-kip Project No. 23825 - 19 - January 28, 2021 wWrsa 5rM=fr1WWA#r10 a PR o u equivalent single-axle loads (ESAL) and annual traffic growth rate, are provided in Table 3. These values are as specified in Table 3.1 of the City of Fort Worth Pavement Design Manual (January 2015). The total design ESAL applications calculated based on the annual ESAL count is also presented in Table 3. TABLE 3. DESIGN PARAMETER VALUES Design Parameters Major Industrial Annual ESAL 200,000 Annual Traffic Growth Rate 2.0 Design Life (Years) 30 Minimum Concrete Thickness (Inches) 9 Design ESAL 8,113,616 Concrete Compressive Strength (28-day), fc' (psi) 3,600 Concrete Modulus of Rupture, Sc' (psi) 620 Concrete Modulus of Elasticity, Ec(psi) 4,000,000 Effective Modulus of Subgrade Reaction, k(pci) 200 Reliability, R (%) 85 Overall Standard Deviation, So 0.39 Drainage Coefficient, Cd 1.0 Load Transfer Coefficient, J 3.0 Initial Serviceability, Po 4.5 Terminal Serviceability, Pc 2.25 Project No. 23825 -20 - January 28, 2021 w�as� �nu�nQ�n�no s n o u r Recommended Pavement Section The recommended pavement section based on the design analysis above is presented below in Table 4. TABLE 4. RECOMMENDED PAVEMENT SECTION AND SUBGRADE Concrete Pavement (Thickness in Inches) Subgrade 8-Inch Thick Clay Subgrade Stabilized with 6% 9 Hydrated Lime Minimum 28-day compressive strength of 3,600 pounds per square inch (psi) is recommended for the pavement concrete. It is also recommended that reinforcing, joint placement, saw cutting of joints, and quality control (testing of subgrade and concrete) be performed in accordance with the City of Fort Worth Pavement Design Manual (January 2015). Lime Stabilization — The upper surface soils consist mainly of high plasticity (CH) clays. A sulfate content test was conducted on the upper clay soil. The test results indicate the amount of soluble sulfates present in the soil to be 100 parts per million (ppm) or less. The amount detected is sufficiently low not to cause concern regarding lime-induced heave upon stabilization of subgrade soils. Based on the results, lime-induced heave is not anticipated at this site. Hence, the subgrade soils are considered to be suitable for lime stabilization. Results of the lime series test indicate that 5 percent lime is sufficient to reduce the Plasticity Index (PI) of the subgrade soil to a value less than 15. Considering the possibility of variations in the field, it is recommended that 6 percent lime be used for stabilization of subgrade soils. Project No. 23825 - 21 - January 28, 2021 AWWa WMM1MMiKr%rno ctinouPO Earthwork, General Proper compaction of soil requires both the correct moisture content and "compactive effort" or energy. The compactive effort, or energy, imparted into the soil by the equipment used for compaction, has to be compatible with the lift thickness. The lighter the equipment (lower contact pressure), the thinner the loose lift of soil has to be to achieve adequate compaction. If the lift of soil is too thick for the energy (compactive effort) exerted by the equipment, insufficient energy will be transferred through the full lift thickness, resulting in a lens of loose, settlement-prone soil at the bottom of the lift. For example, if track-mounted equipment such as a "dozer" is used for compaction, the thickness of lift will vary with the track contact pressure. For a Caterpillar D-6, with a contact pressure of approximately 1,000 pounds per square foot (psf), a maximum loose lift thickness of 6 inches (compacted lift of 4 inches) is needed to achieve compaction. For a Caterpillar D- 10, with a contact pressure of approximately 3,000 psf, a maximum loose lift thickness of 8 inches (compacted lift of 6 inches) is needed to achieve compaction. If the upper five to six inches of an excessively thick lift is well compacted, it can meet density, and therefore the loose, relatively thin lens at the bottom of the lift will not be detected by density testing resulting in the potential for settlement of under-compacted lenses. Accurately determining lift thickness is virtually impossible after the fact in large-scale mass earthwork Project No. 23825 - 22 - January 28, 2021 A��a snvnetnno n PIN®uru operations, and can only be controlled by the earthwork contractor by "experience". Alternatively, if the earthwork contractor's field personnel do not have sufficient experience, a surveyor would need to be hired to accurately survey each lift to evaluate if excessive lifts are being placed. For equipment with a relatively light contact pressure (any type of equipment with a contact pressure of less than approximately 2,000 psf), there is virtually no "factor of safety"relative to the lift thickness. It is therefore recommended that, if track-mounted equipment is used for compaction, equipment with a minimum contact pressure of 2,500 psf be specified for mass earthwork operations. Earthwork All vegetation and topsoil containing organic material should be cleared and grubbed at the beginning of earthwork construction. Areas of the site that will underlie fill or within the building should be scarified to a depth of 6 inches and recompacted to a minimum of 95 percent and a maximum of 100 percent of the maximum density, as determined by ASTM D698, "Standard Proctor". The moisture content should range from+1 to +5 percentage points above optimum. It is recommended that one-point swell tests at a pressure of 450 psf be performed on laboratory samples compacted to the above recommended density and moisture. If test results indicate that the swell will exceed one percent, the field moisture should be adjusted to limit the potential for swell to less than one percent. Project No. 23825 - 23 - January 28, 2021 FisWa tr_1WlMWW FIR 1r*1 ca�our Site-excavated soils should be placed in maximum eight-inch loose lifts (note, loose lift thickness must be compatible with the compaction equipment) and compacted to the moisture and density requirements outlined above. The soils should be uniformly blended with water to achieve the required moisture content. The final 6 inches of subgrade below pavement should be compacted to a minimum of 95 percent of Standard Proctor, at or above optimum moisture. Proper backfilling around the building perimeter will reduce the potential for water seepage beneath the structure. Fill against the perimeter of the foundation should consist of site- excavated clays, or equal, placed and compacted in accordance with the recommendations outlined above. "Select" fill is defined as uniformly blended clayey sand with a PI of between 4 and 15. "Select" fill should be placed in maximum 8-inch loose lifts and compacted to at least 95 percent of the Standard Proctor density, at a moisture content between -2 to +3 percentage points of optimum moisture. Flexible base for use below the building slab is defined as crushed stone or crushed concrete meeting the requirements of the 2014 Edition of TxDOT, "Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges", Item 247 Grade 2, Type A (crushed limestone), or Type D (crushed concrete) or better. Flexible base should be compacted to a minimum of 95 percent of Standard Proctor density, at a moisture content between-2 to+3 percentage points of optimum moisture. Project No. 23825 - 24 - January 28, 2021 R OEM L1 _7 --Irslnm1WF"I m orlour Lime stabilization should be conducted in accordance with TxDOT "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges," 2014 Edition, Item 260. Lime-stabilized soils should be compacted to a minimum of 95 percent of Standard Proctor density, ASTM D698 at or above optimum moisture content. The moisture cap should be placed within approximately seven working days over the reworked subgrade to limit moisture loss within the underlying soils. Pavement The specific pavement section will be dependent upon: 1. traffic loads and frequency; 2. pavement type and strength; 3. desired pavement life and ending condition; and 4. strength and condition of the subgrade. Information regarding the specific traffic loads and frequency is not available. Therefore, analysis was performed for a range of traffic conditions, and design thickness versus traffic load diagrams were developed. The pavement designer, typically the civil engineer, should review the anticipated traffic with the building owner or end user. If the anticipated traffic will vary from the stated values in the following paragraphs, this office can provide alternative sections upon request. Project No. 23825 - 25 - January 28, 2021 a n v u ra The pavement type has been identified as concrete. Analysis was performed for both 3,000 psi and 4,000-psi compressive strength concrete. A 20-year life was used for the analysis. Total pavement life was based on a six-day week. Analysis was performed in accordance with procedures developed by the American Association of State Highway and Transportation Officials (AASHTO). The upper surface soils consist of CH clays. When these soils are moist, they are relatively soft. For purposes of pavement analysis, the subgrade was assumed to be recompacted in accordance with the density and moisture recommendations in the Earthwork section and in a moist condition. An effective modulus of subgrade reaction, k, of 100 pci was used for the analysis. The effective k value of the subgrade can be increased to 200 pci by stabilization of the upper 6 inches with a minimum of six percent hydrated lime. Lime should be placed and compacted in accordance with Item 260 of the current edition of TxDOT "Standard Specifications for Construction of Highways, Street and Bridges." The lime-stabilized subgrade should be compacted to a minimum of 95 percent Modified Proctor, ASTM D1557, at or above optimum moisture. Generally, it is more cost-effective to increase the pavement thickness than to lime-stabilize the subgrade. However, stabilization does provide an all-weather working platform for the contractor, and this may be beneficial from a construction perspective, especially if construction will occur during the wetter part of the year. Stabilization is also recommended if the traffic speed exceeds 30 miles per hour(mph). Project No. 23825 - 26 - January 28, 2021 _ WIKIKa ff--MED1 nW tWino MWouI" Considering the above discussion, analysis was made for both unlimited repetitions of cars and light trucks and for multiple repetitions of loaded tractor trailers. Analysis indicates a pavement thickness of 4.5 inches of 3,000-psi concrete will be adequate for car and light truck traffic. A minimum five-inch section over a scarified and recompacted subgrade is recommended. Pavements subject to multiple repetitions of tractor-trailer traffic were analyzed using both 3,000- and 4,000-psi concrete. Trailers were assumed to be loaded to the maximum allowable weight, 80 kips, consisting of two sets of tandem axles loaded to 32 kips and one 16-kip axle. Recommended sections for various rates of truck traffic, based on number of repetitions per day for a 6-day week, are provided in the following tables considering a subgrade k value of 100 pci and 200 pci. The sections are based on 20-year service life. The values presented in Tables 5 through 8 below represent the minimum thickness of the pavement section that should be constructed for the corresponding traffic volume. Allowance for variations that can occur during construction should be incorporated in the plan. Project No. 23825 - 27 - January 28, 2021 sa��r sncstnstrainA _ ®rgC3ur TABLE 5. (K=100 PCI) NUMBER OF TRUCK REPETITIONS VS. PAVEMENT THICKNESS 3,000-PSI COMPRESSIVE STRENGTH Pavement Thickness No. of Repetitions (inches) (per day) 6 (minimum recommended for fire lanes) 12 7 30 8 65 9 140 10 280 TABLE 6. (K=100 PCI) NUMBER OF TRUCK REPETITIONS VS. PAVEMENT THICKNESS 4,000-PSI COMPRESSIVE STRENGTH Pavement Thickness No. of Repetitions (inches) (per day) 6 18 7 45 8 105 9 220 10 440 Project No. 23825 - 28 - January 28, 2021 Fga:INE7 NLMca#Mww pot in0 ®PR o u r TABLE 7. (K=200 PCI, LIME-STABILIZED SUBGRADE) NUMBER OF TRUCK REPETITIONS VS. PAVEMENT THICKNESS 3,000-PSI COMPRESSIVE STRENGTH Pavement Thickness No. of Repetitions (inches) (per day) 6 (minimum recommended for fire lanes) 18 7 42 8 90 9 185 10 350 TABLE 8. (K=200 PCI, LIME-STABILIZED SUBGRADE) NUMBER OF TRUCK REPETITIONS VS. PAVEMENT THICKNESS 4,000-PSI COMPRESSIVE STRENGTH Pavement Thickness No. of Repetitions (inches) (per day) 6 28 7 65 8 140 9 280 10 550 The values are based on Terminal Serviceability Index (pc) of 2.0, Overall Standard Deviation (Sd) of 0.35, Reliability (R) of 90 percent, Load Transfer Coefficient (J) of 3.2, and Drainage Coefficient (Cd) of 1.0. Project No. 23825 - 29 - January 28, 2021 A��a �no�ngtrsm® rMPRMLlr Analysis of Tables 5 and 6 indicates an approximate 50 to 57 percent increase in the number of truck repetitions can be obtained by increasing the concrete strength from 3,000 psi to 4,000 psi. An increase of approximately 100 to 150 percent is realized by increasing the thickness of the pavement by 1 inch. Analysis of the allowable repetitions was also performed considering a stabilized subgrade (Tables 7 and 8). For any given pavement thickness and strength of concrete, an increase in the number of repetitions equal to 25 to 50 percent of the non-stabilized repetitions is realized. Considering the relative costs associated with stabilizing the subgrade, a greater increase in repetitions (i.e., pavement life) is realized by increasing the pavement thickness or strength versus stabilization of the subgrade. Pavements should be lightly reinforced if shrinkage crack control is desired. Reinforcing for 5- and 6-inch pavements should consist of the equivalent of#3 bars (metric #10) at 24 inches on- center, and 18 inches on-center for pavements of 7-inch thickness or greater. Pavement sections should be saw-cut at an approximate spacing in feet of 2.5 to 3 times the pavement thickness expressed in inches, not to exceed a maximum spacing of 20 feet. (For example, a 5-inch pavement should be saw-cut in approximate 12.5- to 15-foot squares.) The actual joint pattern should be carefully designed to avoid irregular shapes. Load transfer 1 Project No. 23825 - 30 - — — January 28, 2021 - rsnouP+ devices at transverse joints should be provided as necessary. Recommended jointing techniques are discussed in detail in "Guide for Design and Construction of Concrete Parking Lots," published by the American Concrete Institute4. At the truck courts of the building where the pavement abuts the building, it is recommended that the last six inches of pavement be swept up two to three inches to decrease the chances of water ponding adjacent to the building. The above sections are based on the stated analysis and traffic conditions. The pavement designer, typically the civil engineer, should review the anticipated traffic with the building owner or end user. If the anticipated traffic will vary from the stated values above, this office can provide alternative sections upon request. Additional thickness or subgrade stabilization may be required to meet the City of Fort Worth development code. Pavement Joints Detailing of the pavement is beyond the proposed scope of geotechnical services. However, the following discussion is offered to assist the pavement designer and reduce some of the typical ambiguity associated with joint detailing. There are four common types of pavement joints: contraction or saw joints, isolation joints, construction joints, and expansion joints. Each of these are defined and discussed in the following paragraphs. a"Guide for Design and Construction of Concrete Parking Lots" (1987). American Concrete Institute,Publication MSP 34, Silver Spring,MD. Project No. 23825 - 31 - January 28, 2021 pe��a tria=�r���n�no IMrgauP& Contraction Joints — Contraction or saw joints are installed in concrete to reduce the potential for random shrinkage cracks associated with drying of the plastic concrete. Concrete shrinks (contracts) at an approximate rate varying from 0.0002 inch/inch to .0008 inch/inch, dependent upon the specific water to cement ratio. The higher shrinkage is for a higher water to cement ratio. Using an average coefficient of 0.00047 inch/inch results in 0.56 inches of shrinkage per 100 feet of pavement. The general "rule of thumb" is to space contraction joints three times the concrete thickness, where the thickness is expressed in inches and the spacing is expressed in feet, up to a maximum spacing of 20 feet. For example, a 6-inch thick pavement should have contraction joints spaced at approximately 18 feet on-center. The joint is commonly constructed by sawing a groove to a depth of approximately 1/3 the thickness of the slab. The purpose of this groove is to create a weakened plane, thus inducing a shrinkage crack to form. The weakened plane must be constructed while the concrete remains relatively plastic, generally within the first four to six hours of placement, or else shrinkage cracks will have already formed. A limited amount of mild steel is generally used to reduce formation of random contraction joints. The typical amount of steel is #3 reinforcing bars (metric #10) at approximately 24 inches on-center for 5- and 6-inch pavement. The spacing is typically reduced to 18 inches on- center for pavements of 7-inch thickness or greater. Project No. 23825 - 32 - January 28, 2021 F+tar� �nvn��Aino j or"©uIM Local practice is to extend the reinforcing uninterrupted through the saw joint. This practice can restrict formation of the joint, leading to an increase in the potential for shrinkage cracks occurring outside the formed joint. This practice is however, beneficial from an expansive soil perspective in that it reduces the potential for opening of un-reinforced joints associated with heave of the subgrade. Isolation Joints — Isolation joints are placed in concrete to separate various elements. For example, an isolation joint is generally used where concrete pavement abuts the building foundation. There is generally no structural connection between the two constructed elements. Construction Joints — Construction joints are required by the contractor to delineate various placement operations. An example of a typical construction joint is the bulkhead at the end of a pour, or the bulkhead used to delineate individual pour strips. Transfer of stress through a typical contraction (saw) joint is a result of interlocking of the concrete aggregate in the non-sawed portion of the joint and the steel traversing the joint. Because the construction joint is formed, there is no interlocking of the concrete aggregate. For this reason, it is recommended that as a minimum, the quantity of contraction steel be doubled through a construction joint. For example, if the contraction steel is equal to #3 bars at 18 inches on-center, it is recommended that additional #3 bars be added, spaced 9 inches from the contraction steel. The added bars should be a minimum of three feet in length centered at the formed joint. Project No. 23825 - 33 - January 28, 2021 ra�Qa �n®�nasrv�n® csn+our Alternatively, smooth dowels can be used to increase the amount of reinforcing through the construction joint. The amount of dowel steel varies and should be detailed by the pavement designer. Expansion Joints — Expansion joints are used in concrete to allow for thermal expansion and/or contraction. The thermal coefficient of concrete varies dependent upon the coarse aggregate from approximately 6.6 x 10-6/°F for quartz to 3.8 x 10-6/°F for limestone. The majority of coarse aggregate used in concrete within the North Texas region consists of limestone, therefore the lower value of the thermal coefficient is considered to be applicable. Use of 3.8 x 10-6/017 results in an estimated 0.46 inches of expansion or contraction per 100 feet of concrete per 100°F change in the concrete temperature. Based on the calculation presented for the average plastic shrinkage, the potential for thermal expansion (0.46 inches per 100 feet of concrete per 100°F) is less than the average anticipated plastic shrinkage (0.56 inches per 100 feet of concrete). In conclusion, the above analysis indicates that for the average construction project and where limestone is used for the coarse aggregate, the need for expansion joints is limited. Project No. 23825 - 34 - January 28, 2021 rsQKs7 1Wnei1n1KW:P%VMM nnriur Construction Observation and Testing Frequency It is recommended the following items (as a minimum) be observed and tested by a representative of this office during construction. Observation: • Fill placement and compaction. • Pier construction and concrete placement. Testing: • Earthwork • One test per 5,000 square feet per lift within fills below the building. • One test per 10,000 square feet per lift within fills in the paving areas. • One test per 150 linear feet per lift in utility and grade beam backfill. The purpose of the recommended observation and testing is to confirm the proper foundation bearing stratum and the earthwork and building pad construction procedures. Project No. 23825 - 35 - January 28, 2021 0a z> > Eo 0 w � W19 Z c3 m N N M Zg5 : per N L71 m -o o r z LL a)W , 0 a 3 N 0. O o p^ aaa a 0 0 ° >_ W W 16 is - -- I � Vi ` _ N •� �� N IId I 1 I I I l I I J�NN I I L1 I I I m+airs C.,Lj I � m o I I I 0 iNi to M lco O 7LnK I I � I got�poo ❑ o m i I oc�-� ao 00 I I 1Q 4 �/' REED ENGINEERING GR Project Number: 23825 Proposed Building Mark IV Parkway and Downing Drive Date Completed: 12/9/2020 Fort Worth,Texas Location:See Plate 1 Slandatd PeneirationTegis Depth U slows per Foot_ED E v E o 10 20 30 40 50 60 Elev. (ft) to DESCRIPTION OF STRATA Pocket Penetrometer Readings (ft) (1) 0 Tons Per Sq.Ft.-)K +r SILTYark brown,very stiff,w/trace of calcareous concretions&sand (CH) SILTY CLAY,brown,hard,w/some calcareous concretions& 626 calcareous deposits (CL) LIMESTONE,tan,hard to very hard,fragmented,weathered 625 5- CALCAREOUS CLAY,light brown&reddish-yellow,very stiff to 623.5 hard,w/limestone seams Water level an 10/2020 (severely weathered limestone) (CL) - LIMESTONE,tan,hard to very hard,weathered 622 i CALCAREOUS CLAY, light brown,w/silty clay seams 620.5 (severely weathered limestone) (CL) 10 LIMESTONE,light gray,very hard 618.5 100 Blciws:=1/2:in6h 15 Total Depth= 14 feet Dry after 5 minutes. Dry&blocked @ 13-1/2'@ end of day. Water @ 5-1/2'&blocked @ 11'on 12/10/2020. 20 25 BORING LOG B-01 PLATE 2 GEOTECHNICAL CONSULTANTS REED ENGINEERING UROUP Project Number: 23825 Proposed Building Mark IV Parkway and Downing Drive Date Completed: 12/10/2020 Fort Worth,Texas Location:See Plate 1 Standard e rg ion Testis -2 o v oc Blows per Foot- Depth a a 10 20 30 40 50 60 Elev. (ft) m �v m DESCRIPTION OF STRATA Pocket Penetrometer Readings (ft) C7 Tons Per Sq.Ft.-A i ++ SILTY ,dark brown,very stiff,w/trace of limestone particles UU (CH) -w/some limestone fragments @ 1.5' 626.5 SILTY CLAY,light brown&gray,very stiff to hard,w/some 625.5 calcareous deposits (CL) LIMESTONE,tan,hard to very hard,w/silty clay seams& wad 1ev'I 1 / 0 0 623.5 5 - "TDOfow °�- i� e� calcareous seams,weathered -w/hard seam @ 7' 621 LIMESTONE,gray,very hard 619 100 Blows=1/2:inch -w/calcareous clay seams @ 12' 616 100 Blaws:_I/2-.inch 15 Total Depth= 14 feet Dry after 5 minutes. Dry&blocked @ 12'@ end of day. Water @ 5'&blocked @ 5'on 12/15/2020. 20 25 BORING LOG B-02 PLATE 3 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Project Number: 23825 Proposed Building Mark IV Parkway and Downing Drive Date Completed: 12/15/2020 Fort Worth,Texas Location:See Plate 1 Panafrafinn I esta N o c v Blows per Foot- D(eftjh o m� DESCRIPTION OF STRATA 10 pocket Penetrome 30 4erRea50 60 Elft) (� Tons Per Sq.Ft.-X CLAY,SILTY dark brown,hard,witrace of calcareous concretions&limestone particles (CH) -w/limestone particles below 1.5' 624.5 SILTY CLAY,light brown,hard,w/calcareous deposits (CL) 623 5 LIMESTONE,tan,hard to very hard,w/calcareous clay seams, 621.5 weathered LIMESTONE,tan,hard to very hard,weathered 619 i 100 Blows=14 inch 10—R� - LIMESTONE,gray,very hard a 614 15 - . 100 glows:_1/2:inch Total Depth= 17 feet Dry after 5 minutes. Dry&blocked @ 14-1/2'@ end of day 20 25 BORING LOG B-03 PLATE 4 GEOTECHNICAL CONSULTANTS REED ENGINEERING Project Number: 23825 Proposed Building Mark IV Parkway and Downing Drive Date Completed: 12/8/2020 Fort Worth,Texas Location:See Plate 1 Siandard Penetratiot Tests c c Blows per Foot-ED Depth E a o 10 20 30 a0 50 60 Elev. DESCRIPTION OF STRATA (ft) Co m l0 J Pocket Penetrometer Readings (ft) U' Tons Per Sq.Ft.-)K a ++ CLAY,dark brown,stiff,w.trace of calcareous concretions 7215 (CH) 1-1LIMESTONE, ILTY CLAY,light brown&reddish-yellow,stiff to very stiff, 623 w/some calcareous concretions&calcareous deposits (CH) 5 w/limestone seams below 6' 620 tan,hard to very hard,w/calcareous clay seams& 618 layers,weathered _ i00 Blows==1-i/2:in6has 10J� - LIMESTONE,gray,very hard,w/trace of shale seams 612.5 15 - 100 1316ws = V2:inch 20 Total Depth= 18.5 feet Dry after 5 minutes. Dry&blocked @ 16-1/2'@ end of day. Dry &blocked @ 16-1/2'on 12/10/2020. 25 BORING LOG B-04 PLATE 5 GEOTECHNICAL CONSULTANTS REED ENGINEERING Project Number: 23825 Proposed Building Mark IV Parkway and Downing Drive Date Completed: 12/8/2020 Fort Worth,Texas Location:See Plate 1 Standard ene ra ion lesm o o 2 Blows per Foot-ED Depth _ a 10 Zo ao ao so so Elev. (ft) o J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ft) (� Tons Per Sq.Ft.-)K + ++ SILTY CLAY,dark brown,very stiff to hard,w4race o calcareous concretions (CL) -w/brownish-yellow below 1.5' 624.5 SILTY CLAY,light brown,very stiff to hard,w/iron stains&trace 623 of calcareous concretions&calcareous deposits (CL) 5 - -w/limestone seams below 6' 620 LIMESTONE,tan,hard to very hard,w/calcareous clay seams& 618 layers,weathered 100 Blows:=1/2:inch 10 - - LIMESTONE,gray,very hard,w/trace of shale seams 615 15 100 Blows=112:inch Total Depth= 16 feet Dry after 5 minutes. Dry&blocked @ 12'@ end of day. Dry& blocked @ 10'on 12/20/2020. 20 25 BORING LOG B-05 PLATE 6 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Project Number: 23825 Proposed Building Mark IV Parkway and Downing Drive Date Completed: 12/10/2020 Fort Worth,Texas Location:See Plate 1 ene ion Tests Depth L t0 20 Blows per Foot-® p a o 30 40 50 60 Elev. (ft) m ` DESCRIPTION OF STRATA Pocket Penetrometer Readings (ft) N U Tons Per Sq.Ft.-)K SILTY CLAY,dark brown,very stiff to hard,witrace of limestone particles&calcareous concretions (CH) SILTY CLAY,brownish-yellow&light brown,very stiff to hard, 631.5 w/calcareous deposits (CL) LIMESTONE,tan,hard to very hard,weathered 630 100 Blows= . Zinch 5 SILTY CLAY,light brown&gray,hard,whron stains&some 628.5 calcareous deposits (CL) -w/limestone seams below 8.5' 624.5 R5 LIMESTONE,tan&gray, hard to very hard,w/calcareous clay 624 seams&layers,weathered 100 Blows 1 inch 10 - LIMESTONE,gray,very hard,w/trace of shale seams 622 15 - 100 Blows:=1/2:inch Total Depth= 16 feet Dry after 5 minutes. Dry&blocked @ 12'@ end of day. Dry& blocked @ 13-1/2'on 12/15/2020. 20 25 BORING LOG B-06 PLATE 7 GEOTECHNICAL CONSULTANTS REED ENGINgERING GROUP Project Number: 23825 Proposed Building Mark IV Parkway and Downing Drive Date Completed: 12/10/2020 Fort Worth,Texas Location:See Plate 1 Standard ene ra ron Tests d c c Blows per Fool- Depth E o n o 10 20 30 40 50 60 Elev. (ft) @ J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ft) Ur Tons Per Sq.Ft.-)K CLAY,dark brown,very stiff,w+trace of calcareous concretions&limestone particles (CH) -w/some limestone particles&fragments @ 3' 628 SILTY CLAY,light brown&gray,very stiff,w/calcareous deposit 627 5 &limestone (CL) CALCAREOUS CLAY,light brown,w/silty clay seams& 625 limestone seams (severely weathered limestone) (CL) `LIMESTONE,tan,hard to very hard,w/calcareous clay seams, . . . . . . 622 weathered 106 Blows=1 inch 10 LIMESTONE,gray,very hard,w/trace of calcareous clay seams 620.5 15 : 100 Bldws:=1/2:ineh Total Depth= 15.5 feet Dry after 5 minutes. Dry&blocked @ 12'@ end of day. Dry& blocked @ Won 12/15/2020. 20 25 BORING LOG B-07 PLATE 8 GEOTECHNICAL CONSULTANTS REED ENGINkgRING GROUP Project Number: 23825 Proposed Building Mark IV Parkway and Downing Drive Date Completed: 12/10/2020 Fort Worth,Texas Location:See Plate 1 a ene ra es N e Blows per Fart•a) 0 0= Depth E U a a o DESCRIPTION OF STRATA to 20 30 ao so so Elev. (ft) W d 12—i Pocket Penetrometer Readings (ft) CO 0 Tons Per Sq.Ft.-)K i+ CLAY,SILTY dark brown,harp..to very sti",w/trace of limestone particles&calcareous concretions (CH) -w/limestone particles&fragments below 3' 627 5 CALCAREOUS CLAY, light brown,very stiff to hard,w/silty clay 625.5 seams&limestone seams 625 (severely weathered limestone) (CL) -wlcalcareous deposits @ 5' Ox 10 LIMESTONE,tan,hard to very hard,w/calcareous clay seams, 620 weathered Ty LIMESTONE,gray,very hard,w/trace of shale seams 618 Water level On 12115/�020 15 - - 100 Slaws:=112:inch Total Depth= 17 feet Dry after 4 minutes. Dry&blocked @ 15'@ end of day. Water 20 @ 14'&blocked @ 14-1/2'on 12/15/2020. 25 BORING LOG B-08 PLATE 9 GEOTECHNICAL CONSULTANTS REED ENGINEQNG GRGUP Project Number: 23825 Proposed Building Mark IV Parkway and Downing Drive Date Completed: 12/10/2020 Fort Worth,Texas Location:See Plate 1 Standard anel ration Tests Depth Blows per Foot- E a 10 20 30 40 50 60 Elev. (ft) m 2� DESCRIPTION OF STRATA Pocket Penetrometer Readings (ft) U U Tons Per Sq.Ft.-)K S+ 5 + SILTY CLAY,dark brown,stiff to very stiff,wltrace of calcareous - concretions&sand (CH) SILTY CLAY,brownish-yellow&gray,very stiff,whron stains& 626 some limestone particles (CH-CL)5-CALCAREOUS CLAY,light brown,very stiff to hard 624 (severely weathered limestone) (CL) 100 Blows=1 inch 10 - - LIMESTONEZIA, ,tan,hard to very hard,weathered 618 Water level an 12/15/2020 LIMESTONE,gray,very hard,w/shale seams - 617 15 - 100 Bldws=1/2:ineh Total Depth= 17 feet Dry after 5 minutes. Dry&blocked @ 13-1/2'@ end of day. 20 Water @ 12'&blocked @ 12'on 12/1512020. 25 BORING LOG B-09 PLATE 10 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Project Number: 23825 Proposed Building Mark IV Parkway and Downing Drive Date Completed: 12/10/2020 Fort Worth,Texas Location:See Plate 1 SlarKlard Penal e mn 1 es N U Blows per Foot 19 Depth a o a 10 20 30 40 50 as Elev. DESCRIPTION OF STRATA (ft) <n d Q 2-, Pocket Penettornater Readings (ft) Tons Per Sq Ft.•A + 4 ++ SILTY CLAY,dark brown,very stiff,w trace of calcareous concretions&sand (CH) SILTY CLAY,brownish-yellow,very stiff to hard,whron stains 626 (CH-CL) 5 -w/limestone seams @ 4.5' 624.5 CALCAREOUS CLAY,light brown&reddish-yellow,very stiff to 624 hard,w/trace of limestone seams (severely weathered limestone) (CL) Water level on 12/151 0 10 LIMESTONE,tan,hard to very hard,weathered 619 LIMESTONE,tan,very hard,w/shale seams&layers 618 15 - 1601316mi=34 Inch Total Depth= 16 feet Dry after 4 minutes. Dry&blocked @ 13'@ end of day. Water @ 9'&blocked @ 11'on 12/15/2020. 20 25 BORING LOG B-10 PLATE 11 GEOTECHNICAL CONSULTANTS REED E QlRQL Project Number: 23825 Proposed Building Mark IV Parkway and Downing Drive Date Completed: 12/11/2020 Fort Worth,Texas Location:See Plate 1 Standard ene ra ion Tests Blows per Foot- Depth a to 20 so ao so so Elev.E 0 DESCRIPTION OF STRATA(ft) m C[2 J Pocket Penetrometer Readings (ft) Tons Per sq.Ft.-)K + ++ ` SILTY CLAY,darn brown,stiff to very stiff,w trace of calcareous concretions&sand (CH) 5 SILTY CLAY,brownish-yellow&light brown,stiff,whron stains& 620 trace of calcareous concretions (CH) LIMESTONE,tan,hard to very hard,w/some calcareous clay 618 seams,weathered 100 Blows=1/2:inch 10 -w/gray below 14' 611 100 Blows:=1/2:inoh 15 - LIMESTONE,gray,very hard 609 20 - 190 Blows:=1/2:in0h Total Depth= 21 feet Dry after 5 minutes. Dry&blocked @ 19-1/2'@ end of day. 25 BORING LOG B-11 PLATE 12 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Project Number: 23825 Proposed Building Mark IV Parkway and Downing Drive Date Completed: 12/8/2020 Fort Worth,Texas Location:See Plate 1 standard ene ra ion I asts o o Blows per Foot- Depth a n 10 20 30 40 50 60 Elev. (ft) m `v DESCRIPTION OF STRATA Pocket Penetrometer Readings (ft) U) U Tons Per Sq.Ft.-)K SILTY CLAY,dark brown,very stiff,w?trace of calcareous concretions&fossils (CH) SILTY CLAY,light brown,very stiff to hard,w/calcareous 620.5 deposits&trace of fossils (CL) LIMESTONE,tan,hard to very hard,w/calcareous clay seams& . . . . . . . 619 layers,weathered ' 1©0 Blows.=1/2:inch 5 - t00:Blows=:2-1/2:inche's 10 LIMESTONE,gray,very hard 612 190 Blows;_1/2:inch 15 - Total Depth= 15 feet Dry after 5 minutes. Dry&blocked @ 11-1/2'@ end of day. Dry &blocked @ 11-1/2'on 12/10/2020. 20 25 BORING LOG B-12 PLATE 13 GEOTECHNICAL CONSULTANTS REED ENGINEERING R Project Number: 23825 Proposed Building Mark IV Parkway and Downing Drive Date Completed: 12/9/2020 Fort Worth,Texas Location:See Plate 1 Standard Penetration iesis Bows per Feat-0 Depth E n t0 20 30 40 50 60 Elev. DESCRIPTION OF STRATA (ft) Cl) N (2� Pocket Penetrometer Readings (ft) Tons Per Sq.Ft. SILTY CLAY,dark brown,very stiff to hard,w trace of calcareous concretions (CH) SILTY CLAY,brownish-yellow&light brown,very stiff to hard, 626.5 w/calcareous deposits&calcareous concretions (CL) 5 CALCAREOUS CLAY,light brown,very stiff to hard,w/some silty _ : 623.5 clay seams (severely weathered limestone) (CL) LIMESTONE,tan,hard to very hard,w/calcareous clay seams& 622 silty clay seams,weathered 190 Bldws:=1/2;in�h LIMESTONE,light gray,very hard 619 10 - - 100 Slciws:.1/2:in6h 15 Total Depth= 14 feet Dry after 4 minutes. Dry&blocked @ 12'@ end of day. Dry& blocked @ 11'on 12110/2020. 20 25 BORING LOG B-13 PLATE 14 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Project Number: 23825 Proposed Building Mark IV Parkway and Downing Drive Date Completed: 12/18/2020 Fort Worth,Texas Location:See Plate 1 Standard Penetration Tests N c V Blows per Fool- Depth Ln o 10 20 30 40 50 60 Elev. (ft) J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ft) U' Tons Per Sq.Ft.-)K r ++ SILTY CLAY,dark brown,very stiff to stiff,w trace of sand (CH) 5 - - -w/trace of calcareous concretions @ 6' 624.2 Total Depth= 6 feet Dry after 5 minutes. Water @ 5'&blocked @ 5'@ end of day. 10 15 20 25 BORING LOG B-14 PLATE 15 GEOTECHNICAL CONSULTANTS REED ENGINMRING GROUP Project Number: 23825 Proposed Building Mark IV Parkway and Downing Drive Date Completed: 11/11/2020 Fort Worth,Texas Location:See Plate 1 Standard Peneiration Tests Depth `U Bbws per Foot-63 a o ft m v m DESCRIPTION OF STRATA �o zo ao ao so so Elev. ( ) Pocket Penetrometer Readings (ft) `U Tons Per Sq.Ft.-)K i SILTY CLAY,dark brown,stiff to very stiff,wltrace of calcareous concretions&sand (CH) 5 SILTY CLAY,brownish-yellow,very stiff,w/some iron stains, 622.5 trace of calcareous concretions&sand (CH) Total Depth= 6 feet Dry after 3 minutes. Dry&blocked @ 6'@ end of day. 10 15 20 25 BORING LOG B-15 PLATE 16 GEOTECHNICAL CONSULTANTS REED ENG1NQPJNQ Project Number: 23825 Proposed Building Mark IV Parkway and Downing Drive Date Completed: 12/18/2020 Fort Worth,Texas Location:See Plate 1 StarKlard PmetraUon Tests U Slows per Foal-a Depth E o.o DESCRIPTION OF STRATA �0 20 ao ao so so Elev. (ft) m ar 2 J Pocket Penetrometer Readings (ft) U' Tons Per Sq.Ft.-X + -++ SILTY LAY,dark brown,medium stiff to stiff,w/trace of sand gravel (CH)5-SILTY CLAY,brown,stiff,w/gravel&sand (CL) 618 Total Depth= 6 feet Dry after 5 minutes. Water @ 5-1/2'&blocked @ 5-1/2'@ end of day. 10 15 20 25 BORING LOG B-16 PLATE 17 GEOTECHNICAL CONSULTANTS REED ENGINEERING Project Number: 23825 Proposed Building Mark IV Parkway and Downing Drive Date Completed: 12/18/2020 Fort Worth,Texas Location:See Plate 1 StandardOno qn Tesis o.� Blows per Foot-® Depth a o 10 20 30 40 50 60 Elev. DESCRIPTION OF STRATA (ft) N Pocket Penetrorneter Readings Tons Per (ft) L Y,dark brown,stiff to very stiff,w trace o ca careous concretions&sand (CH) -w/brown below 3' 618 5 SILTY CLAY,light brown,very stiff to hard,w/iron stains&sand 616.5 &trace of gravel (CL) Total Depth= 6 feet Dry after 5 minutes. Dry&blocked @ 5'@ end of day. 10 15 20 25 BORING LOG B-17 PLATE 18 GEOTECHNICAL CONSULTANTS REED ENGINEERING GRMr Project Number: 23825 Proposed Building Mark IV Parkway and Downing Drive Date Completed: 12/18/2020 Fort Worth,Texas Location:See Plate 1 Slanded Penal railon Tasis Depth o o U Blows per Fool•'S p p o 10 20 30 40 50 60 Elev. (ft) M m J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ft) U U Tons Per Sq.Ft.-)K i -t SILTY CLAY,dark brown,stiff to very stiff,witrace of calcareous concretions&sand (CH) SILTY CLAY,light brown,w/gravel&sand (CL) 621 5 - Total Depth= 6 feet Dry after 5 minutes. Dry&blocked @ 5-1/2'@ end of day. 10 15 20 25 BORING LOG B-18 PLATE 19 GEOTECHNICAL CONSULTANTS- REED NG ERI G UROUP Project Number: 23825 Proposed Building Mark IV Parkway and Downing Drive Date Completed: 12/18/2020 Fort Worth,Texas Location:See Plate 1 Standard Panelratmn To& D " ft"Per Foot-49 Depth p E a o 10 20 30 ao so so Elev. (ft) @ 2� DESCRIPTION OF STRATA Pocket Penetrometer Readings (ft) U` Tons Per Sq.Ft.-X SILTY LAY,dark brown,very stiff,w/trace of sand (CH) bil [calcareous LTY CLAY,brownish-yellow,very stiff,w/trace of sand& 629.5 deposits (CH) LTY CLAY,lightbrown,verystiff to hard,w/sand,gravel& 628 lcareous deposits (CH) 5 - Total Depth= 6 feet Dry after 5 minutes. Dry&blocked @ 5-1/2'@ end of day. 10 15 20 25 BORING LOG B-19 PLATE 20 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROI Project Number: 23825 Proposed Building Mark IV Parkway and Downing Drive Date Completed: 12/15/2020 Fort Worth,Texas Location:See Plate 1 Stamlard Penetration Tesis 01 c c v_ Blows per Foot- Depth o 10 20 30 40 50 60 Elev. (ft) M �i 2 DESCRIPTION OF STRATA Pocket Penetrometer Readings (ft) a) 0 Tons Per Sq.Ft.-)K + .+ SILTY CLAY,dark brown,very stiff,w.isome calcareous concretions&trace of sand&ironstones (CH) SILTY CLAY,light brown,hard,w/calcareous deposits&some 626 calcareous concretions (CH) 5 SILTY CLAY,light brown,very stiff to hard,w/iron stains&sand _ 624.5 (CL) Total Depth= 6 feet Dry @ completion. 10 15 20 25 BORING LOG B-20 PLATE 21 GEOTECHNICAL CONSULTANTS N Project Number: 23825 Proposed Building GRot Mark IV Parkway and Downing Drive Date Completed : 12/18/2020 Fort Worth,Texas Location:See Plate 1 Standard ene ration Tests e Blows per Foot- Depth 10 20 30 ao 50 60 Elev. o DESCRIPTION OF STRATA (ft) m d J Pocket Penetrometer Readings (ft) `Ur Tons Per Sq.Ft.-X < + SILTY CLAY,dark brown,very stiff,w:trace of sand -Ii calcareous concretions (CH) 5 SILTY CLAY,light brown,hard,w/trace of sand&calcareous _ 627.5 deposits (CL) Total Depth= 6 feet Dry after 5 minutes. Dry&blocked @ 5-1/2'@ end of day. 10— 15 20 25 BORING LOG B-21 PLATE 22 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Project Number: 23825 Proposed Building Mark IV Parkway and Downing Drive Date Completed: 12/15/2020 Fort Worth,Texas Location:See Plate 1 Studard Penetralion Tests m c U Blows per Foot-ED Depth U v a O 10 20 30 40 50 50 Elev. (ft) m DESCRIPTION OF STRATA Pocket Penetrometer Readings (ft) U` Tons Per Sq.Ft.-X oF SILTY CLAY,dark brown,very stiff,wltrace of calcareous concretions&sand (CH) SILTY CLAY,brownish-yellow&reddish-yellow,very stiff,w/iron 627 stains&sand (CH-CL) 5 SILTY CLAY,reddish-yellow&light brown,very stiff to hard, 625 w/sand (CL) Total Depth= 6 feet Dry after 2 minutes. Dry&blocked @ 6'@ end of day. 10 15 20 25 BORING LOG B-22 PLATE 23 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Project Number: 23825 Proposed Building Mark IV Parkway and Downing Drive Date Completed : 12/18/2020 Fort Worth,Texas Location:See Plate 1 Standard ane ration esis N e e v Blows per Foot- Depth E v a DESCRIPTION OF STRATA to zo 30 ao so so Elev. (ft) m d aJ Pocket Penetrometer Readings (ft) to U Tons Per Sq.Ft.-)K ++ SILTY CLAY,dark brown,stiff to very stiff,w trace of calcareous concretions&sand (CH) SILTY CLAY,brown,very stiff,w/some calcareous concretions& 631 sand (CH) SILTY CLAY,brown&light brown,very stiff to hard,w/sand& 628.5 5 trace of gravel (CH) Total Depth= 6 feet Dry after 5 minutes. Dry&blocked @ 5'@ end of day. 10 15 20 25 i BORING LOG B-23 PLATE 24 GEOTECHNICAL CONSULTANTS REED ENGIN&g5ING GROUP Project Number: 23825 Proposed Building Mark IV Parkway and Downing Drive Date Completed: 12/18/2020 Fort Worth,Texas Location:See Plate 1 Standard Penetration•esis Depth Blows per Foot- n •o o r p E o v ° o DESCRIPTION OF STRATA �o zo so ao so so Elev. (ft} M (_D ` J Pocket Penetrometer Readings (ft} Tons Per Sq.Ft.-)K SILTY CLAY,dark brown,very stiff to stiff (CH i -w/trace of calcareous concretions&sand below 1.5' 627.5 SILTY CLAY,brown,stiff,w/trace of sand,calcareous 626 concretions&iron stains (CH) 5— SILTY CLAY,brown&reddish-yellow,very stiff,w/some sand& 624 _T trace of calcareous concretions (CH) Total Depth= 6 feet Dry after 5 minutes. Dry&blocked @ 5-1/2'@ end of day. 10 15 20 25 BORING LOG B-24 PLATE 25 GEOTECHNICAL CONSULTANTS REED ENGINEERING Project Number: 23825 Proposed Building Mark IV Parkway and Downing Drive Date Completed: 12/9/2020 Fort Worth,Texas Location:See Plate 1 Slandard PenalrafionTesis Depth U Blows per Foot- E o� o DESCRIPTION OF STRATA �o Pocket so ao so so Elev. (ft) co J Pocket Penetrometer Readings (ft) to (7 Tons Per Sq.Ft.-X + 4 r,++ SILTY CLAY,dark brown,stiff,witrace of calcareous concretions sand&gravel (CH) -w/gravel below 3' 623 SILTY CLAY,brownish-yellow, light brown&gray,very stiff, 622.5 w/calcareous concretions&calcareous deposits (CL) 5- SILTY CLAY,brownish-yellow&gray,w/calcareous concretions, 620.5 calcareous deposits&limestone seams (CL) LIMESTONE,tan,hard to very hard,weathered 619 i 100 Blows=112 inch 10 sz - - Total Depth= 10 feet Dry after 3 minutes. Dry&blocked @ 9-1/2'@ end of day. 15 20 25 BORING LOG B-25 PLATE 26 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Project Number: 23825 Proposed Building Mark IV Parkway and Downing Drive Date Completed: 12/18/2020 Fort Worth,Texas Location:See Plate 1 Standard enetra ion Tesis o o Blows per Foot-® Depth a 10 20 30 ao 50 60 Elev. DESCRIPTION OF STRATA ) ( ) ca m T Pocket n Penetrorneter Readings (ft U) C7 Tons Per Sq.Ft.-A + ++ SILTY CLAY,dare.drown,very stiff,w trace of sand (CH) SILTY CLAY,brown,very stiff,w/trace of calcareous deposits& 630 sand (CH) 5 SILTY CLAY,light brown&reddish-yellow,very stiff to hard, _ 627.5 w/some sand&trace of calcareous concretions (CH) SILTY CLAY,light brown,hard,w/iron stains 625 (severely weathered calcareous shale) (CH) 10 - Total Depth= 10 feet Dry after 5 minutes. Dry&blocked @ 9-1/2'@ end of day. 15 20 25 i BORING LOG B-26 PLATE 27 GEOTECHNICAL CONSULTANTS- REED UROUP Project Number: 23825 Proposed Building Mark IV Parkway and Downing Drive Date Completed: 12/18/2020 Fort Worth,Texas Location:See Plate 1 S',andard PeneirationTags o o Blows per Foot-ED Depth a a io zo so ao so so Elev. E 0.0 v o DESCRIPTION OF STRATA (ft) N dLy 12 J Pocket Penetrometer Readings (ft) U Tons Per Sq.Ft.-)K ++ SILTYLAY,dark brown,very stiff to hard,w trace of sand (CH -w/trace of calcareous concretions below 1.5' 632.5 5 - SILTY CLAY,brownish-yellow&gray,hard,w/calcareous 627 concretions&calcareous deposits (CH) 10 - Total Depth= 10 feet Dry after 5 minutes. Dry&blocked @ 9-1/2'@ end of day. 15 20 25 BORING LOG B-27 PLATE 28 GEOTECHNICAL CONSULTANTS REED GROUP Project Number: 23825 Proposed Building Mark IV Parkway and Downing Drive Date Completed : 12/18/2020 Fort Worth,Texas Location:See Plate 1 STaNdard Penetration Tests v Blows per Foot- Depth E o 0 10 20 30 40 50 60 Elev. DESCRIPTION OF STRATA (ft) fcc Pocket Penetrometer Readings (ft) Tons Per Sq.Ft.-)K 4+ SILTYLAY,dark brown,st0f to very Stili,wrtrace of calcareous concretions&sand (CH) 5 -w/brown below 5' - 622 SILTY CLAY,light brown&reddish-yellow,hard,w/trace of sand 619 (CH) 10 - Total Depth= 10 feet Dry after 5 minutes. Dry&blocked @ 9-1/2'@ end of day. 15 20 25- BORING LOG B-28 PLATE 29 GEOTECHNICAL CONSULTANTS- REED ENGINEERING EN1,131NEERING GROUP Project Number: 23825 Proposed Building GROUP Date Completed: 12/9/2020 Mark IV Parkway and Downing Drive Fill P Fart Worth,Texas Location:See Plate 1 n a o SPr N VALUE® Type of Fill �� m m v DESCRIPTION OF STRATA 0 zs ao ^° w eo Elev. (ft) Pocket Penetrometer Readings Tons Per Sq.FL•3K SILTY CLAY,dark brown, ry stiff.wlhace of calcareous ooncretions& �ve a s.+ Clay(CL) sand(CH) . . (LL<50) ® Clay(CH) (LL>50) SILTY CLAY,brown,hard,w/some calcareous concretions& 25 calcareous deposits (CL) LIMESTONE,tan,hard to very hard,fragmented,weathered 25 SILT ML (LL<50) CALCAREOUS CLAY,light brown&reddish-yellow,very stiff to hard, . . 29.5 ® SILT(MH) cJ w/limestone seams _ : : (LL>50) (severely weathered limestone) (CL) VvV ter level oifl 2J10/2020 LIMESTONE,tan,hard to very hard,weathered 522 CLAYEY SAND (SC) CALCAREOUS CLAY,light brown,w/silty clay seams 20.5 (severely weathered limestone) (CL) SILTY SAND (SM) LIMESTONE,light gray,very hard 18.5 0 SAND (SPSW) CLAYEY GRAVEL (GRAVELLY CLAY) u Qo GRAVEL (GP-GW) 100 1810ws=:1/2 ihch o Total Depth= 14 ft ® SHALE ) Dry after 5 minutes. Dry&blocked @ 13-1/2'@ end of day. Water @ (unweathered) 5-1/2'&blocked @ I Von 12/1012020. ® (weathered) LIMESTONE (unweathered) (weathered) SANDSTONE • (unweathered) BORING LOG B-01 PLATE 2 GEOTECHNICALCONSULTANTS- UNDISTURBED STANDARD (Shelby Tube& PENETRATION NX-Core) TEST =Water level at time of drilling. THD CONE DISTURBED PENETROMETER 1=Subsequent water level and date. TEST KEYS TO SYMBOLS USED ON BORING LOGS PLATE 30 GEOTECHNICAL CONSULTANTS GROUP SOIL PROPERTIES COHESIONLESS SOILS COHESIVE SOILS SPT Pocket N-Values Relative Penetrometer Consistency (blows/foot) Density (T.S.F.) 0 - 4.....................Very Loose <0.25....................Very Soft 4 - 10.....................Loose 0.25-0.50...............Loose 10-30.....................Medium Dense 0.50-1.00............... Medium Stiff 30-50.....................Dense 1.00-2.00...............Stiff 50+ .....................Very Dense 2.00-4.00...............Very Stiff 4.00+....................Hard ROCK PROPERTIES HARDNESS DIAGNOSTIC FEATURES Very Soft............... Can be dented with moderate finger pressure. Soft....................... Can be scratched easily with fingernail. Moderately Hard... Can be scratched easily with knife but not with fingernail. Hard...................... Can be scratched with knife with some difficulty;can be broken by light to moderate hammer blow. Very Hard .............. Cannot be scratched with knife;can be broken by repeated heavy hammer blows. DEGREE OF WEATHERING DIAGNOSTIC FEATURES Slightly Weathered......... Slight discoloration inwards from open fractures. Weathered...................... Discoloration throughout;weaker minerals decomposed;strength somewhat less than fresh rock;structure preserved. Severely Weathered....... Most minerals somewhat decomposes;much softer than fresh rock;texture becoming indistict but fabric and structure preserved. Completely Weathered... Minerals decomposes to soil;rock fabric and structure destroyed(residual soil). KEYS TO DESCRIPTIVE TERMS ON BORING LOGS PLATE 31 GEOTECHNICAL CONSULTANTS FaEE3= MMMIMMEMMIMM GFaOUF= GEOTECHNICAL INVESTIGATION PROPOSED BUILDING MARK IV PARKWAY AND DOWNING DRIVE FORT WORTH, TEXAS Summary of Classification and Index Property Tests Percent Percent Moisture Liquid Plastic Plasticity Passing Passing Boring Depth Content Limit Limit Index No. 200 No. 4 No. AfLejt �/1 PI Sieve Sieve 1.5 - 3.0 16.3 -- 5.0 - 6.0 17.5 2 19 B-2 1.5 - 3.0 16.6 32 I J 17 85 3.0 - 4.5 15.0 -- -- -- -- B-3 1.5 - 3.0 17.2 53 16 37 85 98 3.0 - 4.5 10.9 -- -- -- -- -- B-4 1.5 - 3.0 29.8 -- -- -- -- -- 3.0 - 4.5 21.0 56 21 35 75 85 4.5 - 6.0 15.6 -- -- -- -- -- B-5 1.5 - 3.0 20.3 44 16 28 -- -- 3.0 - 4.5 17.0 -- -- -- -- -- 4.5 - 6.0 17.3 -- -- -- -- -- B-6 1.5 - 3.0 18.0 -- -- -- -- -- 4.5 - 6.0 17.9 -- -- -- -- -- B-7 1.5 - 3.0 17.6 -- -- -- -- -- 3.0 - 4.5 15.6 -- -- -- -- -- 4.5 - 6.0 18.7 45 17 28 -- -- B-8 1.5 - 3.0 21.7 59 19 40 -- -- 3.0 - 4.5 20.0 -- -- 4.5 - 6.0 40.3 -- -- SUMMARY OF LABORATORY TEST RESULTS PLATE 32 REEa Enc3in��RinG G R o u P GEOTECHNICAL INVESTIGATION PROPOSED BUILDING MARK IV PARKWAY AND DOWNING DRIVE FORT WORTH,TEXAS (Continued) Surnmary of Classification and Index Property Tests Percent Percent Moisture Liquid Plastic Plasticity Passing Passing Boring Depth Content Limit Limit Index No. 200 No.4 No. feet ) ( ) (PI) Sieve Sieve B-9 1.5 - 3.0 27.1 3.0 - 4.5 20.7 4.5 - 6.0 15.4 B-10 1.5 - 3.0 20.7 -- 3.0 - 4.5 16.8 -- -- -- 4.5 - 6.0 21.5 -- -- -- -- 9.0 - 10.0 12.7 33 16 -- -- B-11 1.5 - 3.0 30.6 60 20 4 88 -- 3.0 - 4.5 28.5 -- -- -- -- 4.5 - 6.0 28.3 -- -- -- -- -- B-12 1.5 - 3.0 45.5 -- -- -- -- -- B-13 1.5 - 3.0 25.4 -- -- -- -- -- 3.0 - 4.5 14.1 40 15 25 73 -- 4.5 - 6.0 4.3 -- -- -- -- -- B-14 1.5 - 3.0 28.4 -- -- -- -- -- 3.0 - 4.5 30.4 63 17 46 91 -- 4.5 - 6.0 26.9 -- -- -- -- -- B-15 1.5 - 3.0 28.9 -- -- -- -- 3.0 - 4.5 27.0 -- -- -- 4.5 - 6.0 24.4 -- -- I SUMMARY OF LABORATORY TEST RESULTS PLATE 33 RMMM Er7Ci1r1EEFRIrIC3 G R O U P GEOTECHNICAL INVESTIGATION PROPOSED BUILDING MARK IV PARKWAY AND DOWNING DRIVE FORT WORTH, TEXAS (Continued) Summary of Classification and Index Property Tests Percent Percent Moisture Liquid Plastic Plasticity Passing Passing Boring Depth Content Limit Limit Index No. 200 No. 4 No. AfLejt NO % PI Sieve Sieve .6 1.5 - 3.0 29.9 3.0 - 4.5 31.7 4.5 - 6.0 21.9 B-17 1.5 - 3.0 27.5 -- - 3.0 - 4.5 23.2 -- 4.5 - 6.0 15.8 32 13 -- B-18 1.5 - 3.0 21.4 -- -- -- -- 3.0 - 4.5 8.4 -- -- -- 4.5 - 6.0 17.8 -- -- -- -- -- B-19 1.5 - 3.0 18.1 -- -- -- -- -- 3.0 - 4.5 17.4 -- -- -- -- -- 4.5 - 6.0 19.4 -- -- -- -- -- B-20 1.5 - 3.0 20.1 47 15 32 90 -- 3.0 - 4.5 14.9 -- -- -- -- 4.5 - 6.0 17.7 -- -- -- -- -- B-21 1.5 - 3.0 24.2 -- -- -- -- -- 3.0 - 4.5 23.4 -- -- -- -- -- 4.5 - 6.0 9.3 -- -- -- -- -- B-22 1.5 - 3.0 19.2 -- -- -- -- -- 3.0 - 4.5 18.3 -- -- -- - -- 4.5 - 6.0 16.6 -- - SUMMARY OF LABORATORY TEST RESULTS PLATE 34 REEa 6rlGIrIEEFi1rlG GFaOUFP GEOTECHNICAL INVESTIGATION PROPOSED BUILDING MARK IV PARKWAY AND DOWNING DRIVE FORT WORTH,TEXAS (Continued) Summary of Classification and Index Property Tests 1 Percent Percent Moisture Liquid Plastic Plasticity Passing Passing Boring Depth Content Limit Limit Index No. 200 No.4 No. feet _(%) _�%) (PI) Sieve Sieve B-23 1.5 - 3.0 23.3 3.0 - 4.5 22.1 4.5 - 6.0 19.1 B-24 1.5 - 3.0 25.6 -- -- 3.0 - 4.5 26.9 -- 4.5 - 6.0 23.7 -- B-25 1.5 - 3.0 28.5 60 18 4 -- 4.0 - 5.5 17.3 -- -- - -- -- B-26 1.5 - 3.0 20.1 -- -- -- -- -- 3.0 - 4.5 19.2 -- -- -- -- -- 4.5 - 6.0 16.1 -- -- -- -- -- 9.0 - 10.0 14.2 35 16 19 -- -- B-27 1.5 - 3.0 17.4 -- -- -- -- -- 3.0 - 4.5 18.0 -- -- -- -- 4.5 - 6.0 17.5 53 18 35 84 -- 9.0 - 10.0 17.2 -- -- -- -- -- B-28 1.5 - 3.0 29.6 -- -- -- -- -- 3.0 - 4.5 28.8 -- -- -- -- 4.5 - 6.0 25.0 56 19 37 92 -- 9.0 - 10.0 17.9 -- -- -- SUMMARY OF LABORATORY TEST RESULTS PLATE 35 REE33 6r1GIrlEEPIIr1G G R O U P GEOTECHNICAL INVESTIGATION PROPOSED BUILDING MARK IV PARKWAY AND DOWNING DRIVE FORT WORTH, TEXAS Summary of Lime Series Tests Lime Liquid Plastic Plasticity Boring Depth Content Limit Limit Index No. feet) (%) %I �� (PI) B-26 1.5 - 3.0 0 46 19 27 4 41 31 10 6 41 31 10 8 42 33 9 B-28 3.0 - 4.5 0 59 24 35 4 51 40 11 6 53 43 10 8 52 43 9 I I i SUMMARY OF LABORATORY TEST RESULTS PLATE 37 FiEEa ErlM1rlMMFiIrI© M FR nUF+ GEOTECHNICAL INVESTIGATION PROPOSED BUILDING MARK IV PARKWAY AND DOWNING DRIVE FORT WORTH, TEXAS Summary of Soluble Sulfate Content Determination Tex-145-E Sulfate Boring Depth Content No. feet (Ppm) �. 1.5-3 1 vv B-28 1.5-3 <100 I SUMMARY OF LABORATORY TEST RESULTS PLATE 36 REEa ErIC31 rlEER1I""IG GFROLJP Absorption Pressure Swell Test Initial Final Project No. 23825 Moisture Content(%) 16.3 19.2 Boring No. B-10 Penetrometer(tsf) 3.75 1.75 Depth (ft) 9-10 Dry Unit Weight(pcf) 108.7 107.6 Liquid Limit 33 Specific Gravity 2.71 2.71 Plasticity Index 17 Void Ratio 0.556 0.571 Cs 0.021 Saturation (%) 80 91 alpha 0.20 Spec. Volume 0.57 0.58 Percent Swell 1.0 Swell Pressure (psf) 1,300 250 2 — NP d I o ! - - 100 1000 10000 Restraining Swell Pressure(psf) 0.58 0.58 E 0.58 0 0.58 — !E 0.58 - - — — v a 0.58 0.57 - 0.57 15.0 16.0 17.0 18.0 19.0 20.0 Moisture Content N SUMMARY OF LABORATORY TEST RESULTS PLATE 38 I REE r=MCGIMEERIMCG G R O U P Absorption Pressure Swell Test Initial Final Project No. 23825 Moisture Content(%) 14.5 16.9 Boring No. B-26 Penetrometer(tsf) 4 3 Depth (ft) 9-10 Dry Unit Weight(pcf) 116.9 116.1 Liquid Limit 35 Specific Gravity 2.72 2.72 Plasticity Index 19 Void Ratio 0.452 0.461 Cs 0.023 Saturation (%) 87 100 alpha 0.14 Spec. Volume 0.53 0.54 Percent Swell 0.7 Swell Pressure (psf) 650 250 1 - — d m V 0 — - — 100 1000 Restraining Swell Pressure (psf) 0.54 0.54 0.54 $ 0.54 — - - 0.54 d 0.54 In 0.53 - 0.53ZOT - - 0.53 13.0 14.0 15.0 16.0 17.0 18.0 Moisture Content N SUMMARY OF LABORATORY TEST RESULTS PLATE 39 ►t1t -• p a 2] _ > 4 -p ago o Wp O s o � � va 8 N o to 1 a m L Z ~M•' m p � a �A► i Q o 3 � o a + W w 0 o�` a 0 0 aaLL a t p Q, > W o `0 N � a 041 ti m N L ~z 1 f • ■ 1� ` p �. it t op f CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated:03/29/2022 Note: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. Approvali. Classsification Manufacturer ModelNo. National W &Sewer-Manholes&Bases/Components 33-39-10 ev 2/ 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adcka Ultra-Seal P-201 ASTM D2240/D412/D792 04/26/00 33 05 13 Offset Joint for 4 Diam.MH Hanson Concrete Products Drawing No.35-0048-001 04/26/00 33 05 13 Profile Gasket for T Diam.MH Press-Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH 1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech,Inc HOPE Adjustment Ring Traffic and Non-traffic area 5113105 33 05 13 Manhole External Wrap Canusa-CPS WrapidSeal Manhole Encapsulation System Water&Sewer-Manholes&Bases/Fiberglass 33-39-13(1/8/13) 1/26/99 33 39 13 IFibffglass Manhole Fluid Containment,Inc. Flowtite ASTM 3753 Non-traffic area 08/30/06 33 39 13 jFiberglass Manhole L.F.Manufacturing I I Non-traffic area Water&Sewer-Manholes&Bases/Frames&Covers/Rectangular 33-05-13(Rev 2/3/16) 33 05 13 IManhole Frames and Covers Westem Iron Works,Bass&Hays Foundry 1 1001 24"x40"WD Water&Sewer-Manholes&Bases/Frames&Covers/Standard(Round) 33-05-13(Rev 21 16) 33 05 13 Manhole Frames and Covers Western Iron Works,Bass&Hays Foundry 30024 24"Dia. 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24"Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48&AASHTO M306 24"Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Found R-165-LM n ed ASTM A48&AASHTO M306 24"Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48&AASHTO M306 30"Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1743-LM(Hinged) ASTM A48&AASHTO M306 30"dia. 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24"dia. 33 05 13 Manhole Frames and Covers Neenah Casting 24"dia. 10/31/06 33 05 13 Manhole Frames and Covers(Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24"Dia. 7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines(Pamrex/rexus) RE32-R8FS 30"Dia. 01/31/06 33 05 13 30"Dia.MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30"Dia. 11/02/10 33 05 13 30"Dia.MH Ring and Cover Sigma Corporation MH1651FWN&MH16502 30"Dia 07/19/11 33 05 13 30"Dia.MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30"Dia 08/10/11 33 05 13 30"Dia.MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30"Dia 30"ERGO XL Assembly 10/14/13 33 05 13 30"Dia.MH Ring and Cover(Hinged&Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Gasket ASSHTO M105&ASTM A536 30"Dia 06/01/17 3405 13 30"Dia.MH Ring and Cover(Hinged&Lockable)Cl SIP Industries 2280(32") ASTM A 48 30"Dia. CAP-ONE-30-FTW,Composite,w/Lock 09/16/19 33 05 13 30"Dia.MH Ring and Cover Composite Access Products,L.P. w/o Hin 30"Dia. 10/07/21 3405 13 30"Dia.MH Ringand Cover Trumbull Manufacturing32"30"Frame and Cover 30"Dia. Water&Sewer-Manholes&Bases/Frames&Covers/Water Tight&Press t 33-05-13(Rev 2/ 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamti ht 24"Dia. 33 05 13 Manhole Frames and Covers Neenah Casting 24"Dia. 33 05 13 Manhole Frames and Covers Western Iron Works,Bass&Has Found 300-24P 24"Dia. 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24"Dia. 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24"Dia. 04/20/01 33 05 13 Manhole Frames and Covers SIP Seram ore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24"Dia. Wat11F&Sewer-Manholes&Bases/Precast Concrete(Rev 1/8/13 33 39 10 IManhole,Precast Concrete Hydro Conduit CorpSPL Item#49 ASTM C 478 48" 33 39 10 Manhole,Precast Concrete Wall Concrete Pipe Co.Inc. ASTM C-443 48" 09/23/96 33 39 10 Manhole,Precast Concrete Concrete Product Inc. 48"I.D.Manhole w/32"Cone ASTM C 478 48"w/32"cone 05/08/18 33 39 10 Manhole,Precast Concrete The Turner Company 48",60"I.D.Manhole w/32"Cone ASTM C 478 48",60" 10/27/06 33 39 10 Manhole,Precast Concrete Oldcastle Precast Inc. 48"I.D.Manhole w/24"Cone ASTM C 478 48"Diam w 24"Ring 06/09/10 33 39 10 Manhole,Precast(Reinforced Pol mer Concrete US Composite Pie Reinforced Polymer Concrete ASTM C-76 48"to 72" 09/06/19 33 3920 Manhole,Precast Concrete Forterra Pipe and Precast 60"&72"I.D.Manhole w/32"Cone ASTM C-76 60"&72" 10/07/21 32 39 20 Manhole,Precast Concrete Forterra Pipe and Precast 48"I.D.Manhole w/32"Cone ASTM C-77 48" 10/07/21 1 33 2222 Manhole,Precast(Reinforced Polymer)Concrete Armorock 48"&60"I.D.Manhole w/32"Cone 48"&60" 10/07/21 33 3920 Manhole,Precast(Hybrid)Polymer&PVC Predl Systems 48"&60"I.D.Manhole w/32"Cone 48"&60"Non Traffic Areas Water&Sewer-Manholes&Bases/Rehab Svstems/Cementiitious E1-14 Manhole Rehabs stems Quadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials,Inc. Reliner MSP E1-14 Manhole Rehab Systems AP/M Permaform 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 E1-14 Manhole Rehabs stem i Pol-tri lex Technologies MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc.Use Wat er-Manholes&Bases/Rehab S stems/NonCementiitious 05/20/96 E1-14 IManhole Rehab Systems Sprayrog, Spray Wall Polymethane Coating ASTM D639/D790 E1-14 Manhole Rehab Systems Sun Coast For Exterior Coating of Concrete 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100(Asphatic Emulsion) Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791,S1HB,Sl,S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 08/30/06 Coatings for Corrosion Protection Citadel SLS-30 Solids Epoxy Sewer Applications 33 05 16,33 39 10, RR&C Dampproofing Non-Fibered Spray For Exterior Coating of Concrete 03/19/18 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams Grade(Asphatic Emulsion) Structures Only *From Original Standard Products List 1 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated:03/29/2022 Note: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. Approvali. Classsification Manufacturer ModelNo. National &Sewer-Manhole Inserts-Field Operations Use Onl ev 2/3/16 33 05 13 Manhole Insert Knutson Enterprises Made to Order-Plastic ASTM D 1248 For 24"dia. 33 05 13 Manhole Insert South Western Packaging Made to Order-Plastic ASTM D 1248 For 24"dia. 33 05 13 Manhole Insert Noflow-Inflow Made to Order-Plastic ASTMD 1248 For 24"dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing&Seals,Inc. LifeSaver-Stainless Steel For 24"dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing&Seals,Inc. TetherLok-Stainless Steel For 24"dia Water&Sewer-Pil2e Casing S12acelL 33-05-24 07/01/13 11/04/02 Steel Band Casing Spacers Advanced Products and Systems,Inc. Carbon Steel Spacers,Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems,Inc. Stainless Steel Spacer,Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casin Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer(Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing 03/29/22 1 33 05 13 Casing Spacers CCI Pipeline Systems CSC12,CSS12 Water&Sewenw Pines/Ductile Iron 33-11-10 1/8/13 * 33 11 10 Ductile Iron Pipe Griffin Pipe Products,Co. Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150,C151 3"thru 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe(Bell Spigot) AWWA C150,C151 4"thou 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring(Restrained Joint) AWWA C150,C151 4"thru 30" * 33 11 10 Ductile Iron Pipe U.S.Pipe and Foundry Co. AWWA C150,C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AWWA C150,C151 Water&Sewer-Utility Line Marker(08/24/2018) Sewer-Coatings/Epoxy 33-39-60(01/08/13) 02/25/02 Epoxy Lining System Sauereisen,Inc S—Gard 21ORS LA County#210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTMB-117 Ductile Iron Pipe Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791,S1HB,Sl,S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer-Coatiings/Polyurethane Sewer-Combination Air Valves 05/25/18 1 33-31-70 jAir Release Valve A.R.I.USA,Inc. D025LTP02(Composite Body) 2" Sewer-Pi es/ E1-04 Conc.Pipe,Reinforced Wall Concrete Pipe Co.Inc. ASTM C 76 E1-04 Conc.Pipe,Reinforced Hydro Conduit Corporation Class III T&G,SPL Item#77 ASTM C 76 E1-04 Conc.Pipe,Reinforced Hanson Concrete Products ASTM C76 E1-04 Conc.Pipe,Reinforced Concrete Pipe&Products Co.Inc. ASTM C 76 Sewer-Pipe E ethod 3-31-23 01/18/13 PIM System PIM Corporation Polyethylene PIM Corp.,Piscata Way,N.J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston,Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary,Canada Approved Previously Sewer-Pipe/Fiberglass Reinforced Pipe 33-31-13 I/8/13 7/21/97 33 31 13 Cent Cast Fiberglass(FRP) Hobas Pipe USA,Inc. Hobas Pipe(Non-Pressure) ASTM D3262/D3754 03/22/10 33 31 13 Fiberglass Pipe(FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 Glass-Fiber Reinforced Polymer Pipe(FRP) Thompson Pipe Group Thompson Pipe(Flowtite) ASTM D3262/D3754 4/14/05 Polymer Modified Concrete Pipe Amitech USA Meyer Polycrete Pipe ASTM C33,A276,F477 8"to 102",Class V 06/09/10 E1-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Sewer-Pipes/HDPE 33-31-23(1/8/13) High-density polyethylene pipe Phillips Driscopipe,Inc. Opticore Ductile Polyethylene Pipe ASTMD 1248 8" High-density polyethylene pipe PI-co Inc. ASTMD 1248 8" High-density polyethylene pipe Polly Pipe,Inc. ASTM D 1248 8" High-density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTMD 1248 Sewer-Pipes/PVC(Pressure Sewer)33-11-12(4/1/13) 12/02/11 1 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AWWA C900 4"thru 12" 10/22/14 1 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4"thru 12" *From Original Standard Products List 2 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated:03/29/2022 Note: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. Approvali. Classsification Manufacturer ModelNo. National Sewer-Pipes PVC*L%M§20(7/1/13) 33-31-20 PVC Sewer Pie J-M Manufacturing Co.,Inc. JM Eagle) SDR-26 ASTM D 3034 4"-15" 12/23/97* 33-31-20 PVC Sewer Pie Diamond Plastics Corporation SDR-26 ASTM D 3034 4"thru 15" 33-31-20 PVC Sewer Pie Lamson V lon Pie ASTM F 789 4"thou 15" 01/18/18 33-31-20 PVC Sewer Pie Vin(tech PVC Pie Gravity Sewer ASTM D3034 4"thru 15" 11/11/98 33-31-20 PVC Sewer Pie Diamond Plastics Corporation "S"Gravity Sewer Pie ASTM F 679 18"to 27" 33-31-20 PVC Sewer Pie J-M Manufacturing Co,Inc. JM Eagle) SDR 26/35 PS 115/46 ASTM F 679 18"-28" 09/11/12 33-31-20 PVC Sewer Pie Pi elife Jet Stream SDR-26 and SDR-35 ASTM F-679 18" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation SDR 26/35 PS 115/46 ASTM F-679 18"to 48" 04/27/06 33-31-20 PVC Sewer Fittings Haoco SDR-26 and SDR-35 Gasket Fittings ASTM D-3034,D-1784,etc 4"-15" * 33-31-20 PVC Sewer Fittings Plastic Trends,Inc.(Westlake) Gasketed PVC Sewer Main Fittings ASTM D 3034 3/19/2018 33 31 20 PVC Sewer Pie Pi elife Jet Stream SDR 35 ASTM F679 18"-24" 3/19/2018 33 31 20 PVC Sewer Pie Pi elife Jet Stream SDR 26 ASTM D3034 4"-15" 3/29/2019 33 31 20 Gasketed Fittings(PVC) GPK Products,Inc. SDR 26 ASTM D3034/17-679 4"-15" 10/21/2020 33 31 20 PVC Sewer Pie NAPCO estlake SDR 26 ASTM D3034 4"-15" 10/22/2020 33 31 20 1PVC Sewer Pie i Sanderson Pipe Corp. SDR 26 ASTM D3034 4"-15" 10/21/2020 1 33 31 20 JPVC Sewer Pie NAPCO estlake SDR 26/35 PS 115/46 ASTM F-679 18"-36" Sewer-Pines/Rehab/CIPP 33-31-12(Ol/18/131NONE- Cured in Place Pie Insituform Texark,Inc ASTM F 1216 05/03/99 Cured in Place Pie National E-notech Group National Liner, SPL Item#27 ASTM F-1216/D-5813 05/29/96 Cured in Place Pie Reynolds Inc/Inliner Technolgy unliner USA Inliner Technology ASTM F 1216 Sewer-Pims/Rehab/Fold&Form Fold and Forth Pie Cullum Pipe Systems,Inc. 11/03/98 Fold and Forth Pie Insituform Technologies,Inc. Insitufortn"NuPI e" ASTM F-1504 Fold and Form Pie American Pipe&Plastics,Inc. Demo.Purpose Only 12/04/00 Fold and Form Pie Ultraliner Ultraliner PVC Alloy Pi eliner ASTM F-1504,1871,1867 06/09/03 IFold and Form Pie Miller Pipeline Corp. EX Method ASTM F-1504,F-1947 Up to 18"diameter Sewer-Pines/Open ProfiM Large Diameter 09/26/91 E100-2 PVC Sewer Pipe,Ribbed Lamson V lon Pie Carlon V lon H.C.Closed Profile Pipe, ASTM F 679 18"to 48" 09/26/91 E100-2 PVC Sewer Pipe,Ribbed Extrusion Technologies,Inc. Ultra-Rib Open Profile Sewer Pie ASTM F 679 18"to 48" E100-2 PVC Sewer Pipe,Ribbed U onor ETI Company 11/10/10 100-2 Polypropylene P Sewer Pipe,Double Wall Advanced Drainage Systems ADS SaniTite HP Double Wall(Corrugated) ASTM F 2736 24"-30" 11/10/10 100-2 Polypropylene P Sewer Pipe,Triple Wall Advanced Drainage Systems ADS SaniTite HP Triple Wall Pie ASTM F 2764 30"to 60" 05/16/11 Steel Reinforced Polyethylene Pie ConTech Construction Products Durmaxx ASTM F 2562 24"to 72" Water-Aouurtenances 33-12-10(07/OL 31 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AW WA C800 1"-2"SVC,up to 24"Pipe 08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double SS Strap DI Saddle AW WA C800 1"-2"SVC,up to 24"Pipe 10/27/87 Curb Stops-Ball Meter Valves McDonald 6100M,6100MT&61OMT 3/4"and 1" 10/27/87 Curb Stops-Ball Meter Valves McDonald 4603B,4604B,6100M,610OTM and 6101M 1 SV'and 2" FB600-7NL,FB1600-7-NL,FV23-777-W-NL, 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co.,Inc. L22-77NL AW WA C800 2" FB600-6-NL,FB1600-6-NL,FV23-666-W- 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co.,Inc. NL,L22-66NL AW WA C800 1-1/2" FB600-4-NL,FB1600-4-NL,B11-444-WR- 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co.,Inc. NL,B22444-WR-NL,L28-44NL AW WA C800 1" B-25000N,B-24277N-3,B-20200N-3,H- AW WA C800,ANSF 61, 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co.,Ltd. 15000N,,H-1552N,H142276N ANSI/NSF 372 2" B-25000N,B-20200N-3,B-24277N-3,H- AW WA C800,ANSF 61, 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co.,Ltd. 15000N,H-14276N,H-15525N ANSI/NSF 372 1-1/2" B-25000N,B-20200N-3,H-15000N,H- AW WA C800,ANSF 61, 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co.,Ltd. 15530N ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries,Inc. #406 Double Band SS Saddle 1"-2"Taps on up to 12" 0/5/21/12 3342-25 Tapping Sleeve Coated Steel JCM Industries,Inc. 412 Tapping Sleeve ESS AW WA C-223 Up to 30"w/12"Out 03/29/22 3342-25 Tapping Sleeve Coated or Stainless Steel JCM Industries,Inc. 415 Tapping Sleeve AW WA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve Stainless Steel Poweoseal 3490AS lane&3490MJ 4"-8"and 16" 02/29/12 3342-25 Tapping Sleeve Coated Steel Romac FTS 420 AW WA C-223 Up to 42"w/24"Out 02/29/12 3342-25 Tapping Sleeve Stainless Steel Romac SST Stainless Steel AW WA C-223 Up to 24"w/12"Out 02/29/12 33-12-25 ITapping Sleeve Stainless Steel Romac SST III Stainless Steel AW WA C-223 Up to 30"w/12"Out 05/10/11 Joint Repair Clam Poweoseal 3232 Bell Joint Repair Clam 4"to 30" Plastic Meter Box w/Com osite Lid DFW Plastics Inc. DFW37C-12-1EPAF FTW Plastic Meter Box w/Com osite Lid DFW Plastics Inc. DFW39C-12-1EPAF FTW 08/30/06 Plastic Meter Box w/Com osite Lid DFW Plastics Inc. DFW65C-14-lEPAF FTW Class"A" Concrete Meter Box Bass&Has CMB37-B12 1118 LID-9 Concrete Meter Box Bass&Has CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass&Has CMB65-1365 1527 LID-9 Water-Bolts is and Gaskets 33-11-05 01/08/13 *From Original Standard Products List 3 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated:03/29/2022 Note: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. Approvali. Classsification Manufacturer ModelNo. National Water-Combination Air Release 33-31-70(O1/08/13) * E1-11 Combination Air Release Valve GA Industries,Inc. Empire An and Vacuum Valve,Model 935 ASTM A 126 Class B,ASTM A 1"12" 240-float,ASTM A 307-Cover Bolts E1-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves,Model No. 1/2",1"&2" E1-11 Combination Air Release Valve Valve and Primer Corp. APCO#143C,#145C and#147C 1",2"&3" Water-Dry Barrel Fire Hvdrants 33-12-40 L011151141 10/01/87 E442 Dry Bagel Fire Hydrant American-Darling Valve Drawing Nos.90-18608,94-18560 AWWA C-502 03/31/88 E-1-12 Dry Bagel Fire Hydrant American Darling Valve Shop Drawing No.94-18791 AWWA C-502 09/30/87 E-1-12 Dry Bagel Fire Hydrant Clow Corporation Shop Drawing No.D-19895 AWWA C-502 01/12/93 E442 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E442 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435,D20436,B20506 AWWA C-502 E442 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No.D-80783FW AWWA C-502 09/24/87 E442 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No.13476 AWWA C-502 Shop Drawings No.6461 10/14/87 E-1-12 Dry Barrel Fire HyBrant Mueller Company A-423 Centurion AWWA C-502 Shop Drawing FH-12 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S.Pipe&Foundry Shop Drawing No.960250 AWWA C-502 09/16/87 E442 Dry Barrel Fire Hydrant Waterous Company Shop Drawing No.SK740803 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ(East Jordan Iron Works) WaterMaster 5CD250 Wat -Meters 02/05/93 E101-5 IDetector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4"-10" 08/05/04 1 iMagnetic Drive Vertical Turbine I Hersey Magnetic Drive Vertical I AWWA C701,Class 1 3/4"-6" Water-Pipes/PVC(Pressure Water)33-31-70(01/08/13) AWWA C900,AWWA C605, 01/18/18 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 ASTMD1784 4"42" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"42" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"42" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-1" AWWA C900-16 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co.,Inc d/b/a JM Eagle DR 14 UL 1285 4"28" ANSI/NSF 61 FM 1612 AWWA C900-16 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co.,Inc d/b/a JM Eagle DR 18 UL 1285 16"-1" ANSI/NSF 61 FM 1612 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4"-8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Wesflak) DR18 AWWA C900 16"-I" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlak) DR14 AWWA C900 4"-12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"-12" Wat s/Valves&Fittings/Ductile Iron Fittings 33-11-11 01/08/13 07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products,Inc. Mechanical Joint Fittings AWWA C153&C110 E1-07 Ductile Iron Fittings Griffin Pipe Products,Co. Mechanical Joint Fittings AWWA C 110 E1-07 Ductile Iron Fittings McWane/Tyler Pipe/Union Utilities Division Mechanical Joint Fittings,SSB Class 350 AWWA C 153,C 110,C 111 08/1*1/98 E1-07 Ductile Iron Fittings Sigma,Co. Mechanical Joint Fittings,SSB Class 351 AWWA C 153,C 110,C 112 02/26/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AWWA C153 4"42" 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1400 AWWA Cl 11IC153 4"to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle-Lock AWWA Cl 11IC153 4"to 24" 11/09/04 E1-07 IDuStile Iron Joint Restraints One Bolt,Inc. One Bolt Restrained Joint Fitting AWWA C111IC116IC153 4"to 12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron,Inc. Megalug Series 1100(for DI Pip) AWWA C111IC116IC153 4"to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron,Inc. Megalug Series 2000(for PVC Pip) AWWA C111IC116IC153 4"to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma,Co. Sigma One-Lok SLC4-SLC10 AWWA C111IC153 4"to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma,Co. Sigma One-Lok SLCS4-SLCS12 AWWA C111IC153 4"to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma,Co. Sigma One-Lok SLCE AWWA C111IC153 12"to 24" 08/10/98 E1-07 MJ Fittings(DIP) Sigma,Co. Sigma One-Lok SLDE AWWA C153 4"-I" 10/12/10 E1-24 Interior Restrained Joint System S&B Techncial Products Bulldog System(Diamond Lok 21&JM ASTM F-1624 4"to 12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampor) Mechanical Joint Fittings AWWA C153 4"to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products,Inc. PVC Stargrip Series 4000 ASTM A536 AWWA C111 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products,Inc. DIP Stargrip Series 3000 ASTM A536 AWWA C111 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampor) EZ Grip Joint Restraint(EZD)Black For DIP ASTM A536 AWWA Cl 11 3"-48" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampor) EZ Grip Joint Restraint(EZD)Red for C900 ASTM A536 AWWA Cl 11 4"42" DR14 PVC Pipe 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) Grip Joint Restraint(EZD)Red for C900 ASTM A536 AWWA Cl 11 16"-24" DR18 PVC Pipe *From Original Standard Products List 4 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated:03/29/2022 Note: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. Approvali in JIL 'Manufacturer Model No. National Water-Pi es Valves&Fittin s Resilient Seated Gate Valve*33-12-20 OS/13/15 Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing#94-20247 16' 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30"and 36" 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520&2524 SD 94-20255 AWWA C515 20"and 24" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 SD 94-2024 AWWA C515 16" 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500(Ductile lrorn AWWA C515 4"to 12" 08/05/04 Resilient Wedge Gate Valve American Flow Control 42"and 48"AFC 2500 AWWA C515 42"and 48" 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4"to 12" 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20"and smaller E1-26 Resilient Seated Gate Valve Kennedy 4"-12" E1-26 Resilient Seated Gate Valve M&H 4"-12" E1-26 Resilient Seated Gate Valve Mueller Co. 4"-12" 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 SD 6647 AWWA C515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" SD 6709 AWWA C515 24"and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30"&36",C-515 AWWA C515 30"and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42"&48",C-515 AWWA C515 42"and 48" 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4"-12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16"RS GV SDD-20995 AWWA C515 16" 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve SD D-21652 AWWA C515 24"and smaller 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30"&36"C-515 AWWA C515 30"and 36"(Note 3 11/30/12 Resilient Wedge Gate Valve Clow Valve Co. Clow Valve Model 2638 AWWA C515 24"to 48"(Note 3 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves&Fittings AWWA C 509,ANSI 420-stem, 4"-12" ASTM A 276 Type 304-Bolts& E1-26 Resilient Seated Gate Valve U.S.Pipe and Foundry Co. Metroseal 250,requirements SPL#74 3"to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ(East Jordan Iron Works) EJ FI—Maa[ec Gate Valve&Boxes 08/24/18 Matco Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4"to 16" Wa s/Valves&Fittings/Rubber Seated Butterfly Valve 33-12-21 07/10/14 E1-30 Rubber Seated Butterfly Valve HenryPratt Co. AWWA C-504 24" E1-30 Rubber Seated Butterfly Valve Mueller Co. AWWA C-504 24"and smaller 1/11/99 E1-30 Rubber Seated Butterfly Valve D—rik Valves Co. AWWA C-504 24"and larger 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AWWA C-504 Up to 84"diameter 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500&1450 AWWA C-504 24"to 48" 03/19/18 331221 Rubber Seated Butterfly Valve G.A.Industries Golden Andersorn AWWA C504 Butterfly Valve AWWA C-504 30"-54" Water-Pol eth lene Enc tfil/08/13 05/12/05 E1-13 PoI3 ethylene Encasment Fl-sol Packaging Fulton Enterprises AWWA C105 8 mil LLD 05/12/05 E143 Polyethylene Encasment Mountain States Plastics SP and AEP Ind. Standard Hardware AWWA C105 8 mil LLD 05/12/05 E143 Polyethylene Encasment AEP Industries Bullstron by Cowtown Bolt&Gasket AWWA C105 8 mil LLD 09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AWWA C105 8mil LLD lin Station 3/12/96 Water Sampling Station Water Plus B20 Water Sampling Station Water-Automatic Flusher HG6-A-IN-2-BRN-LPRR(Portabl) 10/21/20 Automated Flushing System Mueller Hydroguard HG2-A-IN--2-PVC-018-LPLG(Perm nent) 04/09/21 jAutomated Flushing System Kupferle Foundry Company Eclipse#9800wc 04/09/21 1 jAutomated Flushing System Kupferle Foundry Company Eclipse#9700(Portable) *From Original Standard Products List 5 CITY OF FORT WORTH Pre-Approved Utility Embedment Sand Sources Utility embedment sand from the Producers listed below have demonstrated continued quality and uniformity on City of Fort Worth projects. Sand from these Producers are pre- approved for use on projects without specific testing unless deemed necessary by the project manager. The City reserves the right to sample and test materials from these Producers at any time to ensure quality. City representatives or City authorized commercial material testing firms may sample embedment sand stockpiled at a project site or the Producer's location. For more information on utility embedment sand, contact the Material and Geotechnical Services Group at (817) 392-7920. Updated: 03/29/2022 Utility Embedment Sand Producer Address Contact Person Product Expiration Date Jennifer Lutz 2251 Silver Creek Rd. Utility Silver Creek Jennifer@silvercreekmat Materials Fort Worth, TX 76108 erials.com Embedment 03/29/2024 (817)246-2426 817 914-1672 Sand 4635 S Dick Price Rd. Evon Stewart Utility Crouch Materials Fort Worth, TX 76140 dispatch(cDcrouchgs.com Embedment 03/29/2024 972 986-7951 972 986-7951 Sand 7551 Peden Rd. Linda Schilling Utility F and L Dirt Movers Azle, TX 76020 fjschilling a().att.net Embedment 03/29/2024 817 453-8998 817 453-8998 Sand 291 Private Rd. Linda Schilling Utility F and L Dirt Movers Aurora, TX 76028 lischilling�a att.net Embedment 03/29/2024 817 453-8998 817 453-8998 Sand a Waxler Tony 5211 New Tin Top Rd. Utility Tin Top Martin Waxlermartinm Tonya. (a) Marietta Weatherford, TX 76087 arietta.com Embedment 03/29/2024 (817) 596-4307 972 647-3377 Sand Pre-Approved Utility Embedment Sand Page 1 of 1 09/22/2020 CITY OF FORT WORTH Pre-Approved Concrete Mix Designs The concrete mix designs listed below meet the requirements of City of Fort Worth Standard Specifications. These mix designs are pre-approved for use on City projects. The City reserves the right to sample and test materials at any time. For more information on mix designs, contact the Material and Geotechnical Services at (817) 392-8930. Updated: 07/19/2022 American Concrete Com an Supplier Cement/Fly ash Min.28-day Slump W/Cm Expiration Mix ID Lbs. Sack Strength (psi) (Inch) Ratio Approved For: Date 30CAF029 376/94=470 5.00 3,000 3-5 0.50 Sidewalks&Rams 02/21/2024 Concrete Base 01 JAF382 250/85=335 3.56 1,000 4-6 0.87 Material for Trench 05/06/2024 Repair 40CNF065 451/113=564 6.00 4,000 3-5 0.45 Manholes/Utility 02/21/2024 Structures 45CAF076 489/122=611 6.50 4,500 3-5 0.40 Hand Placed Paving 02/21/2024 Ar os Cement/Flyash Min.28-day Slump W/Cm Expiration Supplier Mix ID Lbs. Sack Strength (psi) (Inch) Ratio Approved For: Date D10000001737 468/117=585 6.22 4,500 3-5 0.44 Hand Placed 03/03/2024 Paving D10000001791 489/122=611 6.50 4,500 3-5 0.42 Hand Placed 04/21/2024 Paving D10000001793 481/120=601 6.39 4,500 3-5 0.43 Hand Placed 07/28/2024 Paving D10000001103 611/0=611 6.50 4,500 3-5 0.44 Hand Placed 04/21/2024 Paving D10000002107 611/0=611 6.50 4,500 3-5 0.43 Hand Placed 05/07/2024 Paving D10000001273 611/0=611 6.50 4,500 3-5 0.44 Hand Placed 04/29/2023 Paving D10000001617 414/103 =517 5.50 3,600 1 -3 0.45 Machine Placed 09/22/2022 Paving D10000008381 752/0=752 8.00 4,500(4,500 3-5 0.33 HES Paving 08/04/2024 72 hrs. D10000009857 30/300=330 3.51 50 Flow 0.91 Flowable Fill 04/21/2024 Inlets,Junction Boxes, Manholes, D10000001055 494/0=494 5.26 3,000 3-5 0.50 Channel Liner, 02/27/2024 Sidewalk, Driveways, Curb& Gutter D1000001043S 470/0=470 5.00 3,000 3-5 0.56 Sidewalks, Curbs 06/15/2024 D1000001619S 414/103=517 1 5.50 3,600 3-5 0.48 alley Gutter 06/25/2024 D1000001565S 376/94=470 5.00 3,000 3-5 0.54 Curbs, Curb& 06/15/2024 Gutter, Sidewalk, Pre-Approved Concrete Mix Designs Page 1 of 11 07/19/2022 Cement/FI ash Min.28-day Slump W/Cm Expiration Supplier Mix ID Lbs. Sack Strength (psi) (Inch) Ratio Approved For: Date Driveway Approach, ADA Ram Inlets, Boxes, D10000001615 406/101 =507 5.39 3,600 3-5 0.49 Encasement, 04/21/2024 Blocking Inlets, Boxes, D10000001061 502/0=502 5.34 3,600 3-5 Encasement, 04/21/2024 Blocking D10000001083 554/0=554 5.89 4,000 3-5 0.46 Valve Pads 04/21/2024 D1000001083S 564/0=564 6.00 4,000 3-5 0.44 Inlets, Headwalls, 10/21/2022 Thrust Blocking D10000001685 451/113=564 6.00 4,000 3-5 0.45 Value Pads 04/21/2024 D10000005751 188/47=235 2.50 750 1 -4 1.00 Trench Repair 10/21/2022 Inlets, Structures, D10000001083 554/0=554 5.89 4,000 3-5 0.45 Headwalls,Thrust 03/06/2024 Blocking Headwall, D10000001681 451/113=564 6.00 4,000 3-5 0.45 Retaining Wall, 06/19/2024 Box Culvert, Vallev Gutter Big D Concrete Supplier Cement/Fly ash Min.28-day Slump W/Cm Expiration Mix ID Lbs. Sack Strength (Inch) Ratio Approved For: Date 7SKGRT 658/0=658 7.00 3,000 4-6 0.54 Grouting 04/13/2023 14500AE 846/0=846 9.00 4,500 3-5 0.38 HES Paving 07/14/2024 Burnco Texas LLC Cement/Flyash lbs. Min.28-day SupplierSlump W/Cm Expiration Mix ID Lbs. Sack Strength (Inch) Ratio Approved For: Date 45U500BG 489/122=611 6.50 4,500 3-5 0.40 Hand Placed Paving, 01/29/2024 Storm Structures 40U553BG 451/113=564 6.00 4,000 1 -3 0.41 Machine Placed 01/29/2024 Paving 55U120AG 705/0=705 7.50 5,500 (3,000 3-5 0.38 HES Paving 10/14/2023 3-days) Pipe Collars, Inlets, 30U100AG 470/0 =470 5.00 3,000 3-5 0.47 Thrust Blocks, 03/03/2024 Sidewalks and Ramps 30U101AG 470/0=470 5.00 3,000 3-5 0.49 Flatwork 03/17/2024 Blocking, Driveways, 30U500BG 380/94=474 5.04 3,000 3-5 0.49 Curb&Gutter, 01/29/2024 Sidewalks and Ramps Storm Drain 40U500BG 451/113=564 6.00 4,000 3-5 0.44 Structures, Driveways, 01/29/2024 Screen walls 36U500BG 432/108=540 5.74 3,600 3-5 0.44 Lighting and Traffic 01/29/2024 Signal Foundations 08Y450BA 210/50=260 2.77 800 3-5 0.93 Concrete Base for Trench Trench Repair 01Y690BF 30/300=330 3.51 100 Flow 0.86 CLSM/Flowable Fill 01/29/2024 Pre-Approved Concrete Mix Designs Page 2 of 11 07/19/2022 Carder Concrete Supplier Mix Cement/FIy ash Min.28-day Slump W/cm Expiration ID Lbs. Sack Strength (Inch) Ratio Approved For: Date FWCC602021 451/113=564 6.00 4,500 3-5 0.43 Hand Placed 11/12/2022 Paving FWCC552091 414/103=517 5.50 3,600 1 -3 0.44 Machine Placed 11/12/2022 Paving FWCC602091 451/113=564 6.00 4,000 1 -3 0.40 Machine Placed 11/12/2022 Paving FWCC359101 30/300=330 3.51 50-150 flow 0.86 Flowable Fill 11/12/2022 /CLSM FWFF237501 52/164=216 2.30 50-150 flow 1.74 Flowable Fill 11/12/2022 /CLSM Storm Drain Structures, Manholes, Headwalls, FWCC602001 451/113=564 6.00 4,000 3-5 0.44 Retaining Walls, 11/12/2022 Valley Gutters, Drive Approaches, Lighting&Traffic Signal Foundations Sidewalks, FWCC502021 376/94=470 5.00 3,500 3-5 0.51 Driveways, Ramps, 11/12/2022 Curb&Gutter Sidewalks, FWCC502001 376/94=470 5.00 3,000 3-5 0.53 Driveways, Ramps, 10/29/2022 Curb&Gutter, Flatwork Charle 's Concrete Supplie Cement/Fly ash Min.28-day Slump W/cm Expiration r Mix ID Lbs. Sack Strength (Inch) Ratio Approved For: Date Curb Inlets,Junction 4142 414/103 =517 5.50 3,600 3-5 0.48 Boxes, Sidewalks, 03/05/2024 Street Light Foundations 4518 452/112=564 6.00 4,000 3-5 0.45 Headwalls,Win walls 02/02/2023 5167 517/0=517 5.50 3,600 1 -3 0.45 Machine Placed Paving 03/23/2024 4609 489/122=611 6.50 4,500 3-5 0.44 Hand Placed Paving, 02/25/2024 Manholes 6103 611/0=611 6.50 4,500 3-5 0.44 Hand Placed Paving, 02/25/2024 Manholes 4502 470/0=470 5.00 3,000 3-5 0.46 Sidewalks, Blocking, 06/14/2023 Ri ra 3759 376/94=470 5.00 3,000 3-5 0.50 Sidewalks 05/28/2024 1502 50/150=200 2.13 150 Flow 0.95 Flowable Fill 02/02/2023 1518 30/300 3.51 150 Flow 0.85 Flowable Fill 09/17/2022 5642 564/0=564 6.00 4,000 3-5 0.45 Storm Drain Structures 06/14/2023 6595 658/0=658 7.00 5,000(4500 3-5 0.40 HES Paving 04/14/2024 72 hrs. 6589 658/0=658 7.00 1 4,500 3-5 0.36 HES Paving 02/24/2024 Pre-Approved Concrete Mix Designs Page 3 of 11 07/19/2022 Chisholm Trail Redi Mix Cement/Fly"shMin.28-daySupplier Strength Slump W/Cm Approved For: Expiration Mix ID Lbs. (psi) (Inch) Ratio Date C13020A 376/94=470 5.00 3,000 3-5 0.46 Driveways, Curb& 05/21/2023 E Gutter City Concrete Company Cement/Flyash Min. 28-day Supplier Sac Strength Slump W/Cm Approved For: Expiration Mix ID Lbs. k (psi) (Inch) Ratio Date 11-350-FF 94/235 3.50 50- 150 Flow 0.83 Flowable Fill 05/26/2023 30HA2511 353/118=471 5.01 3,000 3-5 0.60 Ri ra 03/18/2023 30HA2011 376/94=470 5.00 3,000 3-5 0.45 Blocking, Sidewalks, 08/04/2024 Flatwork, Pads 45NG2511 458/153=611 6.50 3,600 5-7 0.45 Class C Drilled Shaft 04/21/2024 50QG2511 494/165=659 7.01 3,600 7-9 0.45 Slurry displaced drill 03/16/2023 shafts 45NA2011 489/122=611 6.50 4,500 3-5 0.45 Hand Placed Paving, 06/16/2023 Light Pole Bases 36LA2011 451/113=564 6.00 3,600 1 -3 0.44 Machine Placed 03/13/2024 Paving 36JAOOIJ 414/103=517 5.50 3,600 1 -3 0.43 Machine Placed 03/13/2024 Paving 40LA2011 1 451/113=564 6.00 4,000 3-5 0.44 Storm Drain Structures 03/13/2024 Cornerstone Ontime Concrete Supplier Cement/Fly ash Min.28-day Slump W/Cm Expiration Mix ID Lbs. Sac Strength(psi) (Inch) Ratio Approved For: Date COC 4000 588/0=588 6.26 4,000 3-5 0.45 Lighting and Traffic 07/23/2024 Si nal Foundations Cow Town Redi Mix Concrete Supplier Cement/Flyash Min.28-day Slump W/cm Expiration Mix ID Lbs. Sac Strength (Inch) Ratio Approved For: Date k (psi) Sidewalks, Driveways, 250 376/94=470 5.00 3,000 3-5 0.51 Barrier Free Ramps, 01/15/2024 Curb&Gutter 122 Sidewalks, Driveways, 350 470/0=470 5.00 3,000 3-5 0.52 Barrier Free Ramps, 06/21/2023 Curb&Gutter 253-67A 399/100=499 5.31 3,000 3-5 0.49 Curb&Gutter, Sidewalks 04/29/2023 9 50/150=200 2.13 70 7-9 1.67 Flowable fill/CLSM 09/04/2022 9-S 200/0=200 2.13 70 7-9 1.67 Flowable fill/CLSM 03/06/2024 220-8 48/152=200 2.13 50 7-9 1.45 Flowable fill/CLSM 03/23/2024 320-8 200/0=200 2.13 50 7-9 1.45 Flowable fill/CLSM 03/23/2024 230-8 226/56=282 3.00 750 3-5 0.89 Concrete Base Material 03/23/2024 for Trench Repair 330-S8 282/0=282 3.00 750 3-5 0.89 Concrete Base Material 03/23/2024 for Trench Repair Pre-Approved Concrete Mix Designs Page 4 of 11 07/19/2022 Cement/Flyash Min.28-day Supplier Slump W/Cm Expiration Mix ID Lbs. Sac Strength (inch) Ratio Approved For: Date Sidewalks&ADA Ramps, Driveways, Curb 353 494/0=494 5.26 3,000 3-5 0.50 &Gutter, Safety End 06/25/2024 Treatments, Non-TxDOT Retaining Walls Curbs, Driveways, sidewalks&ADA 253-W 399/100=499 5.31 3,000 3-5 0.49 Ramps, Inlets,Junction 06/25/2024 Boxes, Non-TxDOT Retaining Walls Bridge Slabs, Box 260 451/113=564 6.00 4,000 3-5 0.44 Culver, Headwalls, 04/24/2024 Lighting and Traffic Signal Foundations 260-1 451/113=564 6.00 3,600 3-5 0.44 Headwalls 05/04/2024 Box Culver, Headwalls, 260-2 451/113=564 6.00 3,600 3-5 0.44 Lighting and Traffic 03/06/2024 Signal Foundations Bridge Slab, Box Culver, 360 564/0=564 6.00 4,000 3-5 0.45 Headwalls, Lighting and 04/24/2024 Traffic Signal Foundations 360-1 564/0=564 6.00 3,600 3-5 0.45 Box Culverts,Wing walls, 03/06/2024 Headwalls 264-N 489/122=611 6.50 4,500 3-5 0.42 Hand Placed Paving 03/11/2024 366 611/0=611 6.50 4,500 3-5 0.41 Hand Placed Paving 03/11/2024 265 489/122=611 6.50 4,500 3-5 0.42 Hand Placed Paving 12/01/2023 365 611/0=611 6.50 4,500 3-5 0.42 Hand Placed Paving 06/21/2023 370-NC 658/0=658 7.00 4,500 3-5 0.40 HES Concrete Paving 03/23/2024 370-1 NC 658/0=658 7.00 5,000(3,000 3-5 0.40 HES Concrete Paving 04/26/2024 psi 72 hrs. 375-NC 705/0=705 7.50 51000(3,000 3-5 0.38 HES Concrete Paving 06/02/2023 psi 24 hrs. 267 451/113=564 6.00 4,200 3-5 0.44 Manholes&Drainage 12/17/2023 Structures 270 526/132=658 7.00 5,000 3-5 0.39 CIP Box Culvert 05/19/2024 370 658/0=658 7.00 5,000 3-5 0.40 CIP Box Culvert 05/19/2024 255-2 414/103=517 5.50 3,000 3-5 0.48 Inlets,Thrust Blocking, 03/06/2024 Concrete Encasement Lighting and Traffic 257 414/103=517 5.50 3,600 3-5 0.47 Signal Foundations, 07/23/2024 Valley Gutter 257-M 414/103=517 5.50 3,600 1 -3 0.45 Machine Placed Paving 02/21/2024 260-M 451/113=564 6.00 4,000 1 -3 0.43 Machine Placed Paving 04/14/2024 360-M 564/0=564 6.00 4,000 1 -3 0.44 Machine Placed Paving 04/14/2024 255-LP 414/103=517 5.50 3,000 3-5 0.52 Curb&Gutter 02/24/2024 355-LP 517/0=517 5.50 3,000 3-5 0.48 Curb&Gutter 02/24/2024 Flatwork, Inlets,Thrust 255 414/103=517 5.5 3,500 3-5 0.48 Blocking, Concrete 05/05/2024 Encasement 355 517/0=517 5.50 3,000 3-5 0.48 Inlets,Thrust Blocking, 03/06/2024 Concrete Encasement Bridge slabs,top slabs of 365-STX 611/0=611 6.50 4,000 3-5 0.43 direct traffic culverts, L 8/18/2022 approach slabs Pre-Approved Concrete Mix Designs Page 5 of 11 07/19/2022 Cement/Flyash Min.28-day Supplier Slump W/Cm Expiration Mix ID Lbs. Sac Strength (Inch) Ratio Approved For: Date k (psi) Lighting and Traffic 357 517/0=517 5.50 3,600 3-5 0.49 Signal Foundations, 01/29/2024 Valley Gutter GCH Concrete Services Supplier Cement/Flyash Min.28-day Slump W/Cm Expiration Mix ID Lbs. Sack Stresgth (Inch) Ratio Approved For: Date GCH400 for Sidewalks, Ramps, 0 451/113 =564 6.00 4,000 3-5 0.45 Headwalls, Inlets,and 01/26/2024 Storm Drain Structures GCHV5 451/113=564 6.00 4,000 1 -2 0.45 Machine Placed 03/15/2023 Paving GCH450 489/122=611 6.50 4,500 3-5 0.42 Hand Placed Paving 01/26/2024 0 Ingram Concrete & Aggregates Cement/Fl ash Min.28-day Slump W/Cm Expiration Supplier Mix ID Sac Strength Approved For: Lbs. k (psi) (Inch) Ratio Date Lighting and 151 PX5DM 414/103=517 5.50 3,600 3-5 0.46 Traffic Signal 07/23/2024 Foundations Lighting and 70K23504 517/0=517 5.50 3,600 3-5 0.47 Traffic Signal 07/23/2024 Foundations C47PV5E5 353/118=471 5.01 3,000 1 -3 0.46 Sidewalks& 05/28/2024 Ramps 2MWR- 470/0=470 5.00 3,000 3-5 0.51 Sidewalks& 10/14/2022 70J23504 Ramps 2MWR- 376/94=470 5.00 3,000 3-5 0.50 Sidewalks and 10/14/2022 147QW5D5 Ramps 2MWR- 451/113=464 6.00 4,000 1 -2 0.39 Machine Placed 12/03/2023 C56PS5D5 Paving 2MWR- 489/122=611 6.50 4,500 3-5 0.40 Hand Placed 10/14/2022 161 UV5DM Paving 2MWR- 611/0=611 6.50 4,500 3-5 0.40 Hand Placed 10/14/2022 1 OMQS50N Paving 161 PS5EM 458/153=611 6.50 4,500 3-5 0.36 Hand Placed 05/28/2024 Paving LMC Lattimore Materials Corp.) Supplie Cement/Fly ash Min.28-day Slump W/Cm Expiration r Mix ID Lbs. Sack Strength (Inch) Ratio Approved For: Date 5177 376/94=470 5.00 3,000 3-5 0.51 Sidewalks, Concrete 05/02/2024 Ri ra 1261 470/0=470 5.00 3,000 3-5 0.53 Sidewalks 05/06/2024 Storm Drain Structures, 5409 451/113=564 6.00 4,000 3-5 0.45 Sidewalks, Bridge 12/07/2022 Substructure 1551 517/0=517 5.50 3,000 3-5 0.49 Blocking, Light Pole 07/19/2023 Foundations Pre-Approved Concrete Mix Designs Page 6 of 11 07/19/2022 Cement/FI ash Min.28-day Supplie Strength Slump W/Cm Approved For: Expiration r Mix ID Lbs. Sack si (Inch) Ratio Date 5017 301/75=376 4.00 2,000 3-5 0.62 227 Concrete Base 11/30/2022 1701 564/0=564 6.00 4,000 3-5 0.45 Storm Drain Structures, 02/27/2024 SS Manhole 5277 414/103 =517 5.50 3,500 3-5 0.48 SS Manholes, Light 06/11/2023 Pole Foundations 5507 489/122=611 6.50 4,500 3-5 0.42 Hand Placed Paving, 02/07/2024 Bridge 2125 752/0=752 8.00 5,000 3-5 0.37 HES Paving 03/01/2024 9600 526/132 =658 7.00 3,600 7-9 0.40 Class SS-Drill Shafts 11/01/2023 1851 564/0=564 6.00 4,500 3-5 0.44 Storm Drain Structures, 04/22/2024 Hand Placed Pavin Liquid Stone Supplier Cement/Fly ash Min.28-day Slump W/Cm Expiration Mix ID Lbs. Sack Strength (Inch) Ratio Approved For: Date C301 D 376/94=470 5.0 3,000 3-5 0.45 Light Pole Foundations 05/26/2024 C4000G 451/113=564 6.00 4,000 3-5 0.42 Lighting and Traffic 07/23/2024 Signal Foundations Martin Marietta Supplier Cement/FI ash Min.28-day Slump W/cm Expiration Mix ID Lbs. Sacks Strength (psi) (Inch) Ratio Approved For: Date R2131014 470/0=470 5.00 3,000 3-5 0.55 Sidewalks&Rams 02/21/2024 R2132214 376/94=470 5.00 3,000 3-5 0.53 Sidewalks& Rams 02/24/2024 D9490SC 495/0=495 5.27 3,000 3-5 0.52 Sidewalks& Rams 02/24/204 R2131214 376/94=470 5.00 3,000 3-5 0.53 Sidewalks& Rams 04/06/2024 R2131314 353/118=471 5.01 3,000 3-5 0.53 Sidewalks& Ramps 09/29/2022 R2136014 470/0=470 5.00 3,000 3-5 0.55 Sidewalks&Ramps 02/02/2023 R2136214 376/94=470 5.00 3,000 3-5 0.53 Sidewalks&Ramps 11/12/2023 R2141224 416/104=520 5.53 4,000 3-5 0.48 Sidewalks&Ramps 09/16/2023 R2141024 520/0=520 5.53 4,000 3-5 0.50 Sidewalks& Ramps 09/16/2023 R2136220 400/100=500 5.32 3,500 3-5 0.50 Light Pole Bases 09/30/2022 R2136222 408/102=510 5.43 3,500 3-5 0.49 Light Pole Bases 09/16/2023 R2136023 515/0=515 5.48 3,500 3-5 0.50 Light Pole bases 11/23/2023 R2136224 416/104=520 5.53 3,600 3-5 0.48 Curb Inlets 03/05/2024 Storm Structures, R2141233 452/113=565 6.01 3,600 3-5 0.44 Inlets, Blocking & 04/24/2024 Encasement FLOW25A 71/165=236 2.51 50 Flow 1.77 Flowable Fill/CLSM 04/29/2024 fill R2142233 452/113 =565 6.01 3,600 3-5 0.44 Manholes, Inlets& 02/24/2024 Headwalls Manholes, Inlets& R2146333 424/141 =565 6.01 3,600 3-5 0.44 Headwalls, Concrete 12/02/2023 Encasement Pre-Approved Concrete Mix Designs Page 7 of 11 07/19/2022 Supplier CemenUFl ash Min.28-day Slump W/Cm Expiration Mix ID Lbs. Sacks Strength (psi) (Inch) Ratio Approved For: Date Manholes, Inlets& R2141230 440/110=550 5.85 4,000 3-5 0.45 Headwalls,Valve 03/13/2024 Pads Manholes, Inlets& R2146035 575/0=575 6.12 4,000 3-5 0.45 Headwalls,Valve 12/10/2023 Pads Hand Placed R2146335 431/144=575 6.12 4,500 3-5 0.43 Paving, Inlets, Storm 12/02/2023 Drain Structures Manholes, Inlets& R2146034 570/0=570 6.06 4,500 3-5 0.45 Headwalls, Hand 04/12/2023 Placed Paving R214123 444/111 =555 5.55 4,000 3-5 0.45 Inlets, Manholes, 11/15/2023 Headwalls R2141231 444/111 =555 5.55 4,000 3-5 0.45 Inlets, Sidewalks 12/20/2023 R2161070 750/0=750 7.98 6,000 (3,000 3-5 0.34 HES Paving 10/16/2022 24-hrs. D9492SFC 595/0=595 6.33 4,000 1 -3 0.41 Machine Placed 02/24/2024 Paving R2146233 452/113=565 6.01 4,500 3-5 0.44 Hand Placed Paving 06/02/2024 Hand Placed R2146238 472/118=590 6.28 4,500 3-5 0.42 Paving, Inlets, Storm 03/13/2024 Drain Structures R2146336 435/145=580 6.17 4,500 3-5 0.43 Hand Placed Paving 07/21/2024 R2146235 460/115=575 6.18 4,500 3-5 0.43 Hand Placed Paving 11/12/2023 R2146038 590/0=590 6.28 4,500 3-5 0.44 Inlets, Storm Drain 03/13/2024 Structures R2146036 580/0=580 6.17 4,500 3-5 0.44 Hand Placed 05/19/2024 Paving, Inlets R2146042 610/0=610 6.49 4,500 3-5 0.42 Hand Placed Paving 04/07/2023 R2146242 488/122=610 6.49 4,500 3-5 0.41 Hand Placed Paving 04/07/2023 R2146236 464/116=580 6.17 4,500 3-5 0.43 Hand Placed Paving 04/06/2024 D9493SC 640/0=640 6.81 4,500 3-5 0.40 Hand Placed Paving 02/24/2024 R2147241 484/121 =611 6,44 4,500 3-5 0.41 Hand Placed Paving 02/24/2024 NCS Redi Mix CemenUFl ash Min.28-day Supplier Mix Strength Slump W/Cm Approved For: Expiration ID Lbs. Sack si (Inch) Ratio Date NCS5020A 376/94 = 5.00 3,000 3-5 0.53 Curb&Gutter, 06/10/2024 470 Driveways, Sidewalks NCS6020AH 451/113= 6.00 4,500 3-5 0.45 Valley Gutters, Hand 06/10/2024 P 564 Placed Paving Redi-Mix Concrete Cement/Flyash Min.28-day Supplier Sac Strength Slump W/Cm Approved For: Expiration pp Mix ID Lbs. k (psi) (Inch) Ratio Date DCA2E554 353/118=471 5.01 3,000 3-5 0.53 Rip Rap 05/28/2024 VOJ11524 376/94=470 5.00 3,000 3-5 0.55 Curb&Gutter 02/24/2024 FOC10021 150/38= 188 2.00 215 Flow 2.33 Cement Stabilized 06/10/2024 Sand 1 OJ11524 376/94=470 5.00 3,000 3-5 0.52 Driveway, Ram 02/24/2024 Pre-Approved Concrete Mix Designs Page 8 of 11 07/19/2022 Cement/FI ash Min.28-day Supplier Sac Strength Slump W/Cm Approved For: Expiration Mix ID Lbs. k (psi) (Inch) Ratio Date 1 OJ11504 470/0=470 5.00 3,000 3-5 0.53 Sidewalks 12/15/2023 Sidewalks, Curb& 1 OL11504 564/0=564 6.00 3,600 3-5 0.44 Gutter, Light Pole 04/12/2023 Foundations Valley Gutter, 1 OL11524 452/112=564 6.00 3,600 3-5 0.44 Manhole, Inlet, 07/29/2024 Junction Box, Headwall Thrust Blocks and 1 RJ11524 396/98=494 5.26 3,500 3-5 0.50 Valve Pads, Light Pole 05/19/2024 Foundations 15611524 452/112=564 6.00 4,000 3-5 0.44 CIP Storm Drain 05/19/2024 Structures 101_115E4 423/141 =564 6.00 3,600 3-5 0.44 Brid a Substructures 03/06/2023 DCC2G5E2 423/141 =564 6.00 3,600 5-7 0.45 Drilled Shafts 03/08/2023 DCU1 G5E2 493/165=658 7.00 3,600 7-9 0.39 Underwater Drilled 03/06/2023 Shafts 156115D4 452/112=564 6.00 4,000 3-5 0.44 Bridge&Approach 03/06/2023 Slabs F35238VN 30/320=350 3.72 100 Flow 0.76 CLSM/Flowable Fill 02/25/2024 FOD138VM 24/211 =235 2.50 100 Flow 1.17 CLSM/Flowable Fill 04/14/2024 1 OJ11554 353/117 =470 5.00 3,000 3-5 0.53 Ri ra 03/06/2023 POG138K9 188/188 =376 4.00 1,000 9-11 0.84 Trench Repair Base 04/16/2024 Material 1 OK11504 517/0=517 5.50 3,600 3-5 0.48 Lighting and Traffic 07/23/2024 Signal Foundations Lighting and Traffic 1 OK11524 414/103 =517 5.50 3,600 3-5 0.48 Signal Foundations, 12/01/2022 Encasement 1 ON11507 658/0=658 7.00 4,500 (2,600 3-5 0.38 HES Paving 03/05/2024 24hrs. 1 ON11504 658/0=658 7.00 5,000 (3,600 3-5 0.40 HES Paving 05/19/2024 2-days) 50K11524 414/103=517 5.50 3,600 1 -3 0.45 Machine Placed 02/25/2024 Paving 145P25P4 563/0=564 6.00 4,500 3-5 0.44 Hand Placed Paving, 12/15/2023 Storm Drain Structures 1 OM115D4 489/122=611 6.50 4,500 3-5 0.40 Hand Placed Paving 05/19/2024 1 OM11524 489/122 =611 6.50 4,500 3-5 0.41 Hand Placed Paving 08/06/2023 1 OM11504 611/0=611 6.50 4,500 3-5 0.42 Hand Placed Paving 02/25/2024 145CD5P4 452/112 =564 6.00 4,500 3-5 0.44 Hand Placed Paving, 12/15/2023 Storm Drain Structures SRM Concrete Supplier Cement/Fly ash Min. 28-day Slump W/Cm Expiration Mix ID Lbs. Sack Strength (Inch) Ratio Approved For: Date 30000 380/110=490 5.21 3,000 psi 3-5 0.52 Sidewalks and Ramps, 10/29/2023 Curb&Gutter 40050 480/100=580 6.17 4,000 3-5 0.42 Headwalls 02/28/2024 35023 414/103=517 5.5 3,600 1 -3 0.45 Machine Placed 05/19/2024 Paving 40068 564/0=564 6.00 3,600 1 -3 0.41 Machine Placed 05/27/2024 Paving 45000 1 520/110=630 6.70 4,500 3-5 0.40 Hand Placed Paving 06/29/2023 45300 1 611/0=611 6.50 4,500 3-5 0.41 Hand Placed Paving 05/27/2024 Pre-Approved Concrete Mix Designs Page 9 of 11 07/19/2022 Cement/FI ash Min.28-day Supplier Strength Slump W/Cm Approved For: Expiration Mix ID Lbs. Sack (psi) (Inch) Ratio Date 40326 752/0=752 8.00 4,500(3,00 3-5 0.39 HES Paving 07/07/2024 3-days) 35050 430/100=530 5.64 3,600 3-5 0.48 Light Pole Bases 03/31/2024 35022 451/113=564 6.00 3,600 3-5 0.45 Junction Box 06/07/2024 30050 390/100=490 5.21 3,000 3-5 0.49 Sidewalks, Inlets, 05/25/2024 Junction Boxes Tarrant Concrete Supplier Mix Cement/Flyash Min. 28-day Slump W/Cm Expiration ID Lbs. Sac Strength (Inch) Ratio Approved For: Date FW6020AHP 451/113 =564 6.00 4,500 3-5 0.44 Hand Placed 03/11/2024 Paving FW60AHP 564/0=564 6.00 4,500 3-5 0.44 Hand Placed 03/11/2024 Paving TCFW6020AHP 451/113 6.00 4,500 3-5 0.44 Hand Placed 3/28/2024 Paving FW7520AMR 526/132=658 7.00 4,500(3,000 3-5 0.35 HES Paving 09/09/2022 72 hrs. FW6520AMR 489/122=611 6.50 4,500 (3,000 3-5 0.38 HES Paving 08/11/2023 3-days) FW5520AMP 414/103=517 5.50 3,600 1 -3 0.44 Machine Placed 01/22/2023 Paving FW5320A 398/100=498 5.30 3,000 3-5 0.50 Blocking 03/23/2024 FWFF150CLS Flow M 30/300=330 3.51 50-150 Fill 0.86 Plowable Fill/CLSM 03/24/2024 FWFF275 50/150=200 2.13 50-150 Flow 1.9 Flowable Fill/CLSM 07/23/2024 Fill FW6020A2 451/113 =564 6.00 4,000 3-5 0.44 Storm Drain 03/23/2024 Structures TCFW6025A2 423/141 =564 6.00 4,000 3-5 0.44 1 Manholes 06/09/2024 TCFW5020A 376/94=470 5.00 3,000 3-5 0.52 Sidewalks 3/28/2024 Curb& Gutter, FW5025A 353/117=470 5.00 3,000 3-5 0.51 Driveways, 09/09/2022 Sidewalks& Ramps Curbs&Gutter, FW5020A 376/94=470 5.00 3,000 3-5 0.51 Sidewalks, - 03/12/2024 Driveways CP5020A 376/94=470 5.00 3,000 3-5 0.51 Curb&Gutter 02/24/2024 Valley Gutters, Sidewalks, Drive FW5525A2 388/129=517 5.50 3,600 3-5 0.47 Approaches,ADA 08/19/2024 Ramp, Light Pole Foundations Titan Ready Mix Supplier Cement/Fly ash Min.28-day Slump W/Cm Expiration Mix ID Lbs. Sack Strength (Inch) Ratio Approved For: Date 3020AE 376/94=470 5.00 3,000 3-5 0.52 Sidewalks 04/01/2023 TRC4520 489/122=611 6.50 4,500 3-5 0.45 Hand Placed Paving 12/04/2022 Pre-Approved Concrete Mix Designs Page 10 of 11 07/19/2022 True Grit Redi Mix Cement/Flyash Min.28-day SupplierStrength Slump W/Cm Approved For: Expiration Mix ID Lbs. Sack si (Inch) Ratio Date Flatwork, Curb& 0250.230 376/94=470 5.00 3,000 3-5 0.49 Gutter, Driveways, 06/30/2024 Sidewalks 255.2302 414/103=517 5.50 3,600 3-5 0.46 Li ht Pole Foundations 09/08/2022 Curb&Gutter, 0250.2301 376/94=470 5.00 3,000 3-5 0.46 Driveways, Sidewalks, 02/21/2024 Manholes 0260.2302 451/113=564 6.00 4,000 1 -3 0.39 Machine Placed 04/27/2024 Paving 0255.2301 414/103=517 5.50 3,600 1 -3 0.41 Machine Placed 07/10/2024 Paving 0260.2301 451/113 =564 6.00 4,500 3-5 0.44 Hand Placed Paving 07/10/2024 270.230 526/132=658 7.00 5,000 3-5 0.36 Hand Placed Paving 01/04/2024 0265.2301 489/122=611 6.50 4,500 3-5 0.40 Valley Gutters, Hand 02/21/2024 Placed Pavin Wise Ready Mix Supplier Cement/Fly ash Min.28-day Slump W/Cm Expiration Mix ID Lbs. Sack Strength (Inch) Ratio Approved For: Date 3678 384/96=480 5.11 3,600 3-5 0.50 Lighting and Traffic 07/23/2024 Signal Foundations Pre-Approved Concrete Mix Designs Page 11 of 11 07/19/2022 G N N m m N m N M N a N N L � M • M H L M 7 O � L y R r m m m m m m m FFFFFFFF'' �; xxxxxxx� y d d d d d d d y 3 T G O 3 W �W � � o zQ � o R a o Ab d d Q o s a � o z H a� s s, E W \ R CSC O O 0000 'o o � yC yC yC yC yC yC yC yC = Fi Fi Fi Fi Fi Fi Fi Fi O ' 3 O O O O O O O O p O m m m m m m m m a t, a •fl L V1 3 u 6 r: x x x x x x x x x x x x xxxxxxxxxxxxxxxxxxx N o o a a �b �b a a a . . . . . . . . . co co co a O Y R a d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d R a R s G W W p; p,• U O U O U O d d d U U � U U � U U � U U � U U � C¢J C¢J C¢J � QI ICI x x a a � � a aaaa � 7 � � ax �Oax ao xx0 -7 , `O W x x x X x x x a 4 . . x 0.6 co cod vxi 0.�. x 0.�. C7 . 0 W C7 C7 C7 G I.i.l r^ A � w w w � w � u' � FFFFFaFFaFFaFFaFF' a, FFF u W A M O �Q Z a � o00000000000000000000 :. C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 � r C C C C C C C C C C . . . . . . . . . . . . . . . . . . . .. as as as as as as as as as as as as as as as as as as as as as U O � � ccccccccccccccccccccc FFFFFFFFFFFFFFFFFFFFF G ..y O O O N a y G O _ G M a � s i m U U U U U U U Ca Ca Ca y o U G o a+ U] a y R O' s H � 9 3 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O i N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N O -p y � a+ � U] a f0 .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .... u l0 0 0 0 0 0 0 0 0 0 0 N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N a� bA 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 W W W W W W W W W W N N N N N N N N N N N N N N N N N N N N N W Q a a a o 0 0 0 0 0 0 o s O b ~ N N 7 ti 7 O ^O R ^O 0. � ram- O F y� d cv w H d a. a" z w � z xo - T � � a w � xAA � x z � za Q � o � � W A m v� FU�I � O O Q w a �" � °' � O � W A V � d�' dZ' Q � � � ro 'O a O � �L L^ � N O M �--i � a. � w O q M � Q 0 a � r�s i I�1 � y '" � � m m y � � N rYT+W o 1�1 �