Loading...
HomeMy WebLinkAboutContract 56954-PM1PROJECT MANUAL FOR THE CONSTRUCTION OF WATER, SEWER, AND PAVING IMPROVEMENTS TO SERVE WATERSIDE TOWNHOMES PHASE 1 IPRC20-0122 CITY PROJECT NO. 102794 FID 30114-0200431-102794-E07685 FILE NO. W-2728 X-26678 Betsy Price David Cooke Mayor City Manager Christopher P. Harder, P.E. Director, Water Department William Johnson Director, Transportation and Public Works Department Prepared for The City of Fort Worth May 2021 Prepared by: Texas Registered Engineering Firm F-928 801 Cherry Street, Suite 1300, Unit 11 Fort Worth, TX 76102 817.339.2269 Kimley-Horn No. 061302101 CSC No. 56954-PM1 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised March 20, 2020 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised 00 11 13 Invitation to Bidders 03/20/2020 00 21 13 Instructions to Bidders 03/20/2020 00 41 00 Bid Form 04/02/2014 00 42 43 Proposal Form Unit Price 05/22/2019 00 43 13 Bid Bond 04/02/2014 00 45 11 Bidders Prequalification’s 04/02/2014 00 45 12 Prequalification Statement 09/01/2015 00 45 13 Bidder Prequalification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 00 45 40 Minority Business Enterprise Goal 08/21/2018 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 00 72 00 General Conditions 11/15/2017 00 73 00 Supplementary Conditions 07/01/2011 00 73 10 Standard City Conditions of the Construction Contract for Developer Awarded Projects 01/10/2013 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 01 31 20 Project Meetings 07/01/2011 01 32 33 Preconstruction Video 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking (Mod)04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised March 20, 2020 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project’s Contract Documents Division 02 - Existing Conditions None Division 03 - Concrete None Division 26 - Electrical None Division 31 - Earthwork 31 23 23 Borrow 05/04/2021 31 24 00 Embankments 05/04/2021 Division 32 – Exterior Improvements None Division 33 – Utilities None Division 34 – Transportation None Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.fortworthtexas.gov/ProjectResources/ Division 02 - Existing Conditions Last Revised 02 41 13 Selective Site Demolition 12/20/2012 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 12/20/2012 03 34 13 Controlled Low Strength Material (CLSM)12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 -Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 26 05 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 Communications Multi Duct Conduit 02/26/2016 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised March 20, 2020 Division 31 -Earthwork 31 10 00 Site Clearing 12/20/2012 31 23 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 12/20/2012 31 36 00 Gabions 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 -Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 12/20/2012 32 01 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 11 33 Cement Treated Base Courses 12/20/2012 32 11 37 Liquid Treated Soil Stabilizer 08/21/2015 32 12 16 Asphalt Paving 12/20/2012 32 12 73 Asphalt Paving Crack Sealants 12/20/2012 32 13 13 Concrete Paving 12/20/2012 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Brick Unit Paving 12/20/2012 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 Painting 11/04/2013 32 31 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 32 32 13 Cast in Place Concrete Retaining Walls 06/05/2018 32 91 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro-Mulching, Seeding, and Sodding 12/20/2012 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016 33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 10 Joint Bonding and Electrical Isolation 12/20/2012 33 04 11 Corrosion Control Test Stations 12/20/2012 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 33 05 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings –Cast Iron 01/22/2016 33 05 13.10 Frame, Cover and Grade Rings Composite 01/22/2016 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised March 20, 2020 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 12/20/2012 33 05 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 12/20/2012 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 11 13 Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 12 11 Large Water Meters 12/20/2012 33 12 20 Resilient Seated Gate Valve 12/20/2012 33 12 21 AWWA Rubber Seated Butterfly Valves 12/20/2012 33 12 25 Connection to Existing Water Mains 02/06/2013 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 12 40 Fire Hydrants 01/03/2014 33 12 50 Water Sample Stations 12/20/2012 33 12 60 Standard Blow off Valve Assembly 06/19/2013 33 31 12 Cured in Place Pipe (CIPP)12/20/2012 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 12/20/2012 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 12/20/2012 33 31 22 Sanitary Sewer Slip Lining 12/20/2012 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC)12/20/2012 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 33 41 12 Reinforced Polyethlene (SRPE) Pipe 11/13/2015 33 46 00 Subdrainage 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 02 Trench Drains 07/01/2011 33 49 10 Cast in Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised March 20, 2020 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 -Transportation 34 41 10 Traffic Signals 10/12/2015 34 41 10.01 Attachment A Controller Cabinet 12/18/2015 34 41 10.02 Attachment B Controller Specification 02/2012 34 41 10.03 Attachment C Software Specification 01/2012 34 41 11 Temporary Traffic Signals 11/22/2013 34 41 13 Removing Traffic Signals 12/20/2012 34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013 34 41 16 Pedestrian Hybrid Signal 11/22/2013 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Single Mode Fiber Optic Cable 02/26/2016 34 71 13 Traffic Control 11/22/2013 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 6 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised March 20, 2020 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC 4.04 Underground Facilities GC 4.06 Hazardous Environmental Condition at Site GC 6.06.D Minority and Women Owned Business Enterprise Compliance GC 6.07 Wage Rates GC-6.09 Permits and Utilities GC 6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION oa az a3 BAP-SI�AROVOSAL P¢ge l of 0. SECTION 00 42 43 I]evelaper Awarded Projects - PROP05AL FORM UNIT PRICE BID Bidder's Applicat�on Project Item Information Iliddei's Propasal BidLiskItem Specitica[ion L'nitof Sid 1�escripfion UnitPnce BldValue No. SectianNa, Ivleasurc Quanfity UNiT I: WATER IMPROVE�IENTS 1 0241.1012 Ramove b" Water Line d2 41 14 LF 91 $19.00 $1,729,p0 2 0241.1013 Remove 8" Watex Line 02 41 14 LF 75 $19,p0 $1,425.00 3 024f.1015 Removel2"WaterLine 024114 T.�' 786 $18,p0 $14,148.00 4 024I.1i18 4"-12°'PressurePlu 02411�} EA 2 $50d,00 $1,000.00 5 024I,1302 Ramove fi" tiYater Valve 0241 14 EA 6 $25Q.00 $1,500.OQ 6 0241,1305 Remove 12°° Water Valve 02 41 lq EA 6 $250.00 $1,506.OQ 7 02411510 Salva e Rire Hydrant 02 41 14 EA 1 $2,40a.Q0 $2,406.OQ $ 3125,O1O1 SWPPP � 1 acre 37 25 00 LS 1 $5,10a.00 $5,100.00 9 3305A103 Ex ]oratotyFxcavation ofF.xistin [7tilitzes 33 OS 3a Fr1 2 $1,50a.00 $3,000.00 1D 3305A109 TrenehSafety 3305 l0 LF 1147 $1.00 $1,147,00 11 3311.00OL DucNle[ron�VaterFittin swlRestraint 3311 11 TON 4.5 $'1,977.00 $8,896,50 12 33ll.016[ 6`° PVC GYafer Pi e 33 11 12 LF 82 $32,00 $2,624.00 13 3311.046I 12" PVC �ater Pi e 33 11 12 LF 1025 $77.00 $78,925,00 14 3311.0467 f2" PVC Water Pi e, CL5M Backfill 33 11 12 LF 40 $103.00 $4,124,00 15 33I2.0001 FireHydra�f 331240 �A 4 $4,089,00 $16,35fi.00 96 33I2.0117 Connection fo ixistin 4"-12" Watar lviain 33 12 25 EA 2 $9,648,00 $3,296,00 '�7 3312,I002 2" Combination Air �alve Assembly for V�ater 33 12 30 BA I $$,047,00 $8,047.00 '�8 3312.2003 I"'VL'atez Service 33 12 10 EA 4D $99fi.00 $39,844.00 '[9 3312.3002 6" Gate'Valve 33 12 20 BA �} $1,053.00 $4,212.00 20 3312.3005 12° Gate Valve 33 12 20 �A 6 $2,564.00 $15,384.00 21 _.._ __...,..,�___. �_._______..�__�_.,._._ _,__.,_..____._ ---- __._.__.--- ._.___.. ___ ___, ,_.__.__.__..._ __.__.. _ . ....__ ._._.___ _.__..�__�...._,__,_ ___. .� _..... .__..,.. _. 22 _._.__ ,, ._._.,__.. __,_._.---.__.___�. ..._.______.._____. __---- --,- ____�_,__._.___._.--- ---___ ...---- ---d---._.._,.__.___-__._..________..._______... 23 _. ..-24 _...� . �...__.._ .__.__.._...�_.__.._ _.__._._-_ ._ ___ _-_ __ ___. _._- .__-._ _ .__ .. _.__.... . _.__...._ _._. _ ._.. __ .__ ..�.______.._. __ __ _ _ _. .._.._._.._ _._ -._.�_..__.._ _,�_..�....... __ ___ _...,...._ ..�....__._ �___.. ...._ __ _ .. _..__... _ _ ..._�. _.... .__ _. _...__..._.___ ____....____ _ ,.__.,._.._ ...._. _.._.__,. 25 ..._ _ ___ �_ _� ______ _ __ _ _ _� .,_ - _ .. ___ . .___ _ _ _-__ _ . _ . - - _ _.��.._ _ .�. .._ .. _. __.. . . _. _ ___�_ __.__..._ �_.... __- _. - -- . � . � .� .. _ ..... _ . . zs _ ._.� . __. _ �.___._.ry . .. __ -- __ ___ _..__. _ .. .___ _ .. _.._ _ _. _ ...__ _ ._ __ .. . _ --- - .. ..._ __ �___- ---_- _ _.__._ ._ �__ _ ._. --- _. . z7 _._ _.._ _ __ w � - -. _ ___ _ __.._ _._ . __ _ _ _ _ _._.._ .._ �._ _ ... _ __ _.. __ __ -_ ___ __ _ ..__ .. _.. .... ... ...... .. za _ _ __ _ _ . __ _ _ _ _ _._. �__.__ _ ._.._ __ _ _. _. _. . . _ _ _ _ _...._ �_-__ _ -- - -- — ... ____ --_ -- _ _._. 29 .,. _ _. _ �_ _�._.__._. _.. _�._. ._�.__�._._____. _._. _._ _. _ .___ _.��.��,_.. � . . . _._._ . . .._.._ .__ ...._._._ _ __._ __�.��. ... .__ ,.,.__ _-- .._.__.___. _... __ . _. ....._. . .... .. 30 _._.._ _ _.._ __�__. __.._ _. _._ ... . _ ..---- _ _ ....... ......_. _ _. . _... _ _ _ ..__ ___ _.__ __ _. .__. ._ ...._._.. ...... .. ._.. _ .. _ ___ 31 - --.�. �_ . ...._ _�. _. .. ._ _._. _._ . ... . .... ..... _....... .._ .._.. _... _ . _ __ ____._....___ .___._. .., _ ._. _.__._ .._ _ 32 __ _33 _.._ ._ _...._. ----.._ ......._.-- ---.._ _ ....___._ . .._ _._�_.___. ___� . �_ __ __� � . - .--.. ...--- _ ._. _ ..�. ..�.. .. __� .- -- _.._ __. _.. . _ . . .... _ . . . .. ... . . .... . n. ...... . . ._ ._... _ _ _ ..,.. .... _ _ , _ __,_ �.. _._.. _ _ _.�____-._.._ . ..__ . . _._ ..._ ._.... » _ _ _., _ _ .._... 34 . _ ._ ...... .. .......,_ ,_,....__. _. � ... ._...,. , �...._. �._ _ _ __ __ _. .... _ . _ .....--- . ., _,__..._ _ - . _...�. 35 _. _..,. ...,. . _.. ,...,._ , , ___..� _.. _ ... __.. __ _ __ _. ._, _ . ..... _, ... .... _ . _.... . _ ,.. ..._ ., _ ..�. ___ _ ._. .� ...... 36 -------. . .. ....... .. .___�._.. _... _._.__ ---...._ _ ....___,..._ ., _._ _ ._ __ _ ...,.. ._ _..._ ...... .._ . ...... .. -- �-- __ ._ ...._.... 37 _ __ _ .,_ _.._...__ _.._..,. . _.,_,..,_.. _,_ _. __. ____.. _ _._, __._�__.. __.... _ . . ............ .._. _ .._,. . _- __ . _ ___.. 38 -_ _ _ - _ _ _ _- - __ __ _ _ _ _... . .. _ _ . .. ._ _ _ _ -__ .. __. _.__. . _ .._.... 39 _ -- -_ _ . _ - _ _ _ - _ _ - _ . _._ . . _ _ . .. .. . ... .. . .. _... .. . .. _. __.._ _� . __ __ ,. ... _. _.... . ...._... 40 _ _ _ _. _. _....�_. _ ._ . __ ... . . _._ ... _. _. .. ..... ._ - --- . _ ----- • - ___ _ _ ._ ... 49 _ ___ .. __._..._� _. . _._..._.. . .. __ __.__.. _. .. .... ..._. .... _._.. .. _ _ __ -- .._. ... ._. .. . ._......., _ 42 . . ... __ __.__ . ........ .. .. ..._ ._ ._..... . _ ...._... .. ._._.___ . _ _ _ __ _ __ ... ._ ..._ .._._.. ......, .... - 43 _. ._ .... . . - ----- -----.._ ._...._ . . __..----- -- ----- _. _..... . . . . . _..... _..... _._ . ..__ _ __ 44 _ __..._ ...._.. .. .. _ _.._.. _........ _. ._ - __ _ _ _ .. ... . . .... .. . _..._.. . __. __ __ __ 45 TOTAL UN17 I: WATER INIPROVEMENT $214,649.50 CITY OF FORT WpRTH STA?JbARb CONSTRUCT'fON �PECSFICATfON DOCFIMCNT5` - D�.VHLpPFR AWARDF.D PR07GCTS Foim Version htay 22, 2014 60 42 d9_eid Propo.se�l_DAPxI, DO 42 43 D.A? - Alb PROPOSA4 Page2 of4 S�CTiON 00 42 43 De�eloper Awarded Projects - PROPOSAL �'QRA+1 UNIT PRICE BID Bidder's Applica#ion Projeci Itcm InfoRnation Bidder"s Proposal Bidlist Item Speci�caiion Unit of Bid Descriptipn Unit Price Bid Value Ido. Section I�'o. hieasure Quantiiy UNkT II; SANiTARY SEWER IMPROVEM�N7S 1 0241.] 118 4°`-32" Pressurc Plu 02 41 14 EA 1 $500.00 $500,04 2 D241.2013 Remove8"5ewerLine 024.1 14 LR 75 $16.00 $1,200.00 3 0241.23QI Remove Sewer 7unction Structure 02 4I 14 L5 1 $1,650.a0 $1,650.00 4 3301.00p2 Posf-CCT"V Ins ecfion 33 O1 3i LF 920 $2.00 $1,840,00 5 3301,O1Q1 TvTanhole'VacuumTestin 33 OI 30 SA ]0 $250.fl0 $2,500,00 6 3305,fl109 Trench Safety 33 OS ]0 LF 920 $1.00 $920.Ofl 7 3305,0103 Bx loratory �xcavation of Existin Utilities 33 OS 30 $A 1 $1,500.00 $1,500.0� 8 3305.0113 Tranch Water �ta s 33 OS 15 EA 9 $500.00 $4,500.00 9 3331.3101 4" Sewer Service 33 31 50 F,A 40 $4,648,00 $185,92QOa 10 3331.4201 1p"SewerPi e 33]170,3331 LF 175 $42,00 $7,350.Ofl 11 3331.4202 lD" SewerPi e, CSS Backfill 33 ] 1 70, 33 31 LF 20 $77.00 $1,540.Ofl 12 3331.4205 JO" AIP Scwer 33 11 ]0 LF '7l2 $112.00 $79,744,04 �3 3331.4206 10" AIP �ewar, CS,S aackfill 33 l l 7d LF 20 $142.00 $2,840.00 14 3339.1001 4' Maaholc 33 39 70, 33 39 EA 2 $2,969.00 $5,938.Ofl 15 33341004 4' Shallow Manhole 33 39 ]0, 33 39 �A 8 $2,989.00 $23,912,04 '[ 6 �.._ ___.,.. . -- - _ ___- ___._._ .._ _. ___ _._._ n,.�.____.� _.__._. ___ ..___ _. ....... - _ ..._... _.. _ _.... . . ...__. - --_.._ .____. _ __.. __.. __._ .._..._. 17 --•. _ _.. _ _ ...._.. __ � --- .__ - ...,__...�,. .. _.__ ___ _ _._.___._ . ._ _.__... ..._ _ _._._ _ . _ _.. _ __..... ___ . ._..... _ ..___... ... _._ __. __._ ..... ...__._.. 1$ -- __.._.. ,. _....._____... . - _ ___ ____ _ _-_ ...__ .._ __....._ ._._.._..�. _._� -_ . . ____.._ ._ . _ . --. . ....� ._ .� . .... _._ . ...._._ . ._�__._ �_ ..._-- ------ --- 19 r__. .__...._ ___,.�.�_ _. ___ _.. __ . ___ ---� --�., _._._.... .__._. . _ ..-- --- - ----- ._ .. ..._ _ _ __.. .. _ �... . _... __ . .___. _ �.___. _..._ --- - ----- -_.. 20 ....__�.__ _.....__�.... .._.,.--__...__�_._____�.__ _._.__._..,._.�__,.__. .___.... .......____.._._...___...._..___._..__._.._.,--_�._., _...__._ ____._._.�._..._�. 21 ._--��-- .. .___-•__�_._N..____._._.__.._...._...__._ _..�._.._..._..�._._ ._...__:_..___..__ _.__..__.__. _. _�.__�.. .__...._.__.__ ___..._ _ ..._,.._��._ 22 _____.._...w _._..._____..._._.... _ ..�.....__,_.. _.._ .�.. .. ,_..._,_ ............ ..----- _.. __._ , _----._..,... _ ____._____._ _ ___. __._ __.._.. -_.-__ _.. � ._.._�_._....�__ 23 _m ��.�._.__.. _ _ _.__.._ _._ ..__._ �__.. _ - --, _..� . . __ _...------ . ._...._ .. _ . .--- _....._. _-- � -_� _ _ __ � _ _, �__..__.. ..__�.. _ -_.,_.__ .- -- ---�----��.... 24 _-____ __ _. �... ... _....._.._.._ _.. _._.__._ ...._ .__ __ .....___ _. ._. ..._.__..�..._ _- _ ._ _._ .._. - , _..,_ . ___w__... - --_ ...._�.._._�_._ 25 _._�.._._�_.,._�___.__m_�_ _.___....___....__..___..___�.,..,..__,_�_ .._. _._e._� .___._ ___...._ _._,_�__��_.._--___.____ - __..__��..___. .....�..__.,___ 28 _.._.____. .._._._.__.,.. ____ _,........ __..._.. _......,.. �_._..___.__......._, _..- - - .--�-_._.._. _..... �-- . ___ ,_.._ _. ... _.. ..-----_____._..- 27 � - ---..._ , __... __. _� _..._. - - ----- ----- - - --�--. ... _ ._..._ �_ _ . _ _ _ ..,._ __ _ .. ., ,_.._ __....�. _ , _.._ . ._ ... -- - __ 28 ......2g__... .. ..__.______ _... __.. . .. ...-- -_._ ._ __ ___ _._. _ . _. _ __ _.. .. . ..._ .._.__ _ . ---.__._..._ ._._ _ _ ... _ _.._...... _ ...�._ _.,....,.,__..___..___., _ _,._._,..,. ... _.. __..__.____ _____.__-� __-__ ___._._ _, .�..�,_.._..._� .. __ _._._._.,.__..._�__ ,._. 30 _.�1 ._._. _...._. ._ ....._. _ .._._._.. .. ._.__. ....___ _ _.___� __ _. _ _ . ... . .._.. ..... .. _. ._... ._._.. _ ---�...-- _.. ... . .. _. .._ .. . . . . . _. .. . _.. ... . _ __ _ - _ _ - _ _ _ .. . _ . . . . . . .. . ..... _. . . . _. .. . _....... .. - -.___ . .._. 32 �� .__ _ _... ___..... _�....._ .. .._.. ._ . __.. .. _ _ _ _ ___ _ _ • _.,._ _... .. _. ..._. .--- ._.._ _. __..__ _ . ....._. . . _... __ ._..�. _. _ ._ _ _._.__._ _. 33 . _.__. .._�. _ _.._ .... __.._._ _ ......_ _ ._ . _. _. � __ _ _. __ .__._ __._... . . .�.._. _ .. .... . ........ _..._.. .. .._ ._ _.. _..___ ___ - .... ... .____... 34 ___._ __- .__�_ __ _ _ -- _ _- ----- -- - _ _ _ . _ _.._ _. ....___ _._._�.. .... ...... ... . ........ ..... . .._- �-- .. M ._. .- -........ 35 _ _. _.____ _ _ �__ _ _ . -___ __ _ __ .. . _ .._... .._. .---. ._ . ... _.. .. _.._. _ . . __...._ . .__ .......__ -_ _ _ _ _._ _ ... . .._... -- 36 _ _ __ _ _ _ _ _ . _ _. ,.. _ _, _..... . _ _ .. ..... .. ... . ........ . . . . _ _, .. _.. _ . _ _ - - _ _ __ _... _ ,. ._� . _.. .. . ... - 37 ___ . .__ __ - _-_ __ _ ____..�__ . _._. .. ---._.. _.. _...._ .,.. �...__ . __ �... .. _..._ _ . ...... � . . . ...... ..... . _... __. . _ 38 ..... . _ . . . _ .. . . _......_. .._. ........ ......_,._.__._ _ --- ----- -_ ___ .......__ _.. ..._._._.___.,_ 39 _., �.,....... ......._,,. _ .... .., _. ._...,. _. . __.... . _ . ... ... .... .. _ ... . .._. ._ ..�__ .. _ . __., __ -- _ _ _ _ ___ ,. .,.. .. _ _.. _... . __._ 40 _..... .. . ._ _.. _....,._. _ ... .,.... _.... .. _. ....... .. _,..___..._ -__ _ _ __ - -- __ _- ___ __,_,..,...,... .. __.___W., _ _ 4[ .._ __.._.... _,. _ .... ........... . _.._... _..,.... ._.... ... .,___. __. _- - _ _ - - _ _ _. ._._ . �__ ._. . �.,._... _... . 42 - _ . . _._ _....__ ...... _ . . .. _ .. ...... _..� .._._._._.. . _ _ ._._._.._ ......_._. .. ....._..._ __.._.. ._.... _ ___ _.... 43 --- -.._._.. _ _ _ .. . ... ... .. . . _ . .. _. . .... .... . __.... _.. _......- ---._�. . _. _.. . . _.. 44 - _ - __ _ _. - _ _._ .. ...__.. . _ _-- - -- _ _ ._._ _ .._ . ..._ ...._ .... .... ....... .. ..___. ._. __..... _ _ _ _ ......... ...... 45 TO'TA� U�IIT li: SANITARYSEWER IMPROVEMENT $321,854.00 C1TY OR FORT WORTH STAT�DARP COI�STRUCTfOt� SPFsCIFiCAT10N i)pCUMFNTs - ��VFLOPC=R AWARDED AROl6C`T3 Pomi Yersion M¢y 22, 2019 00 d2 43_Bid Pioposal_DAPxIs DO 42 43 DAP-AIi�PROPUSAL A¢ge 3 ufA SECTIdN OD 42 43 Developer Awarded ProJects - PROPOSAL FORM UNIT PR�CE BID Bidder`s Application Project Itcm In£onmation Bidde�'s Propo,al Bidlist Item P�cripkion S�cit"ication Unit of Bid Unit Price Bid'Value No, �ectionNo, Measuxe Quanfity UNI� IV: PAVING IMPROVEMENTS 1 3211,0400 Hydrated Lime 32 €1 29 `I?�i 17 $225.00 $3,825,4Q 2 32ll,0501 6"LimcTreatment 321129 SY 630 $7.15 $4,504.5D 3 3213,0301 4" Conc Sidewalk 32 13 20 ST' 514 $6.25 $3,212,50 4 3213,Ot01 6" Conc Pvmt 32 13 13 SY 49A $58.5fl $2$,899,Q0 5 3213.p507 Barrier �cec Ram , T e P-2 32 13 20 BA 2 $290.00 $S80.d0 B 3297.p.100 To soil 329119 CY 13� $18,Ofl $2,340.0� 7 3292.4I00 Block Sod Placement 32 92 13 SX 1143 $9.50 $10,858,5fl 8 3441.4003 FurnishlInstall Alum Si Crround Mount Cit Std 34 41 3Q EA 1 $950.Ofl $950.d0 9 3123.Q103 Borraw b Plan 31 23 23 CX 736 $6.�0 $4,416.00 10 3124.010] Embankment by Plan 31 24 00 CY 47 $12.00 $564,pfl 11 3471.00Of Traffic Contrnl 3a 71 13 IvIO 1 $2,85p,00 $2,850,Ofl 12 __ - - __ ._ _.__. __-...�._...__._�__--___..___ _._. _.... ._.�_.._. �_�...._ _....___ _.. __ _ _ __�_.. _____..____ .._.._ �� ___._-_._.— 13 ._ _--__ __. ___.�__..__ _.....___._._._ _...... .....__.---._.__._.—._... ..._ -- _., __ _ __.___,.__ .._..__..._..._._ ...�_.._... _.___..__.. 14 � _..__ _ - ._.... ..._. -----. �._. ___ _... . .......---___...__ ____ �.._ .__.. � .._ _... _ _ _.. _� _:.. __. ___--- - �_.______.. e.... - --_ __ _ _._.-------... 15 __. _. _.. - --__.---___._._....___.__ .......------ ---_ .�._..__._. . ..___..__.._�____._....- ___.__....___....____..�.....__._____--..__.._. 16 -. . _ .. . _ _ ._ .. _ _ _. . _..._. _ . ___..__... __ _.__ ._ ._ _._ . _ . __. _ _ ___- _ - -- _. _ .__ . _._ . _ _ .� .___ .. __. ._. __._ __ _� _ __ . _..__._.. ... 17 _.__.-...__ _ _...... .____._..__�.._.. .----- . ._.._._...___ ._ .._...., ._._ ..__. _.._______ --- _ - ---._._....._ _._.___ _....._ _ . __._....._.� .... 18 „ _. _ .._.._._._ ._..._.._---._ ..._.._ __..._ _.. -- __._ _ ____... ..__�__.. _..._.._._�...__.-------- .._.._-- - ._.._.---- 19 --_--_ _ _ --_._ . __...._.... _ _.._._. _._ _._.. ..._.__._ .__.�_.._, ... _�. ._�. _ ____._. _ _ _ �- _._ .___.__.._.-- -_... .._... ..__ �.- - . _...._._�...._. 20 _., ..._ .. _... _..,, , ._ .. . �_.___ _._....__ ._ . .. _ .. _ _..___... __�__..� __ _ _ _.-- --� _..__ . _�- . - - - . __ ._._. _..,... .�_.. ,_. ,__ ___._.,... _. __.� .. ... ._-----._._.,.. _ 21 ..___,...._ _ , _....,.. ....._.. _.._..._ _... _ _ ..._..._,.� __._.____.�_ ..,.._... _ ,_- - _____ _ __. __. __ _ ..- -_._._., . ___. ..e_. __�. _ _ _ ...,.__ .-- .._._ 22 ._,. ._....._ . _........ ___ ..._ _ ._�..__. ..._.. , __.._..__..___-------. ___.. __.._ �._,_ _._ ....... _ __ _. _._ ._...-- -- .. e _..___.._ _. _ _.__-----. ....._... 23 ... ._ 24...__ _...._.. __..e_� ........ _..... --�----_ __..._. .__ �r - - __ ____. . .�...____. _ .. -------- --_.._ _ .._� .__ _ ._._ ._... __ .. ...__._._ ..._ ..__..._. _ ..._... _..._.__._ ---.._�_...._, .�___..._.. „_,_ , ._._.__.,. _ .__,._. .. ...__...._ _. .._.. _...__.. ___�_..._. �.,__ ._...__.__ _.. ...._..-- 25 .,.._. _ .. __ ...._. __....__�, ._�_._._.__... _.__. �..�_-_ . -._..__ _ --__�_ �, ,.._.....,.,... .. _..._.__. _..- -... _ _��... _ _�_. __�.� _ ...,_., _...---- 26 - -- --- ._. __... .. _ __....,.� .�._ _.�__ __ .�_,._____._� _.�._____.. _ _�___ _ .�._ _._.__ ._� . _____ ..... __ . _ _..,..... _._. __._.-. - . _.. _. ,._.. -----_ ___�.. 27 ---- ._.....------ _ ._._..._ __.__. . .. . . .... _ _ . . __ .... _ .__ ...--- _._..._ .. ..._ . .... .... . .. ........ ... .__�... - -- __ _. __.._�_...- ._ 28 _.. __.. ,.---- . _.. .�._ ._ ,_ �...__,._..__��___, _. _ .. ..__._ . . �._. __._ _... _...._ � .... __. _. ._ .. ,.. ,__�... . ... -- -� ..,.. . 29 _ ____.�__.,_- --_.._, . ,. ._. , . _ .,...�.�_. _._� _..__ . __-_ ,.___... . .. _ _ __ �.__. _ _ ..._ _. ._. . _ .e _._ _ _.. . . _... _ _._. ..._ __ � _.._. _ . _ . ___._ ._ _,_.._ .. _.. _.__.,__.�_,.. ,._ ._,_ 30 ____ .._. . �-- - - _ __. - •---- - --....____ ...—.._ .. __._...._...... _. .._. ... __ _�__ _ __ ... .._. .. _ _ - 3� ._ _._. _ .... - -__. _ --_._. ._ _ __._..._ ...._. .. . .. . _..._ . .. . - .___ ...._ .... __. ..--�__ _ 32 _- __- ___-- ___ ____�.__......_��_....____._.__ ..... ____.._._.�._.__. _ - __ - .. __ _ _._. __.... ... _.._.___.__.._._ 33 _. . __.._ . __ _ _ ___ ... _.._..._. _ . ......._. ...... __. __._ . ...._ ..__. ...___ _ .. __. ._ --_ - _.._.... ..__._._ - ...___... 34 ___ . __ .._...._. _...._. ....._... --... _ ....�._. _..____ ____ _ __ __.. _.._ ............... ...�_ _._._ _ . . __---- 35 - - - - -- -- _ . ._. _ .. _ .. ___ ... . . _. .. _.. ... . , . . . __ _ _ ___ _ _ _ _ _ _ . ..... _.._. . . _ ___... ..... .... 36 _....._____....., _ _------ --._._.._ _. _� ..._. _.._.___. _..____._.._ _... _ __ ,_. _ ___ . _ . . _.. _.,_._... _. . ..__ .. . _ __ _ ....._..._ ........ 37 . .............. ..... _ _._.. _..._.._ _......,.--- __, _,_ _ __,_ . ., __,.., ,... . _,....,.,. _.._. .. __ _, ._ _ ._...,.. .......... 38 _ __ _- _.....__..._ . _.... __._...___ ----..._. 39 4Q. . . .. _ . ..... _.. . . .,. ..._ . _ ... _ _ _ ___ _. __ _ _ _. ._ ... ._ . .... .. . ..... .. ._.._..__ -__ _. --- __ .._... _.. _ _._..__ . _. , .... ..�_ _ ___ _ _ _ _ _ - __ -. _ .. .. .____ _. _.. , _..._.. _ . . ..... .. .... ... . ._......_ _ _.__ ___ _. _... .., . . . ..., . ._ _ . 41 4z. .._. . . _. _ __ _ - ___ _ ....� .... ..... .... . . __._.._.. _ _._.. .. ._... _._ __ ___ . .. .___ � ._ . � _ . . . _ _ . _ _ _ . ___ _ . . _ . __. .... __ ._. __ _._ . _. . . ...._ __.. _ . . __ . _ _ _ __ _ . . . ._ .. ..... _..._. ¢3 __ . __ ____ _ __ ._ . ._.._. _ ...._. __ _._..._ _. __.._.. --- _._....._._ . .. _ . . _ _ . .. ... 44 ___ _ _ -. .... _._ ._._. ....__._._.. _ .. ._ . ... .... .. ...... . _ _.._..._. . __ _ _._ _ _ . .._ ...... .. . -- -_ _ 45 TOTAL UNIT IV: PAVING IIIMPROVEMENT $62,999.50 CITY dF FORT WDRTH STAI��AR� CO�ST[tUC"CIOt4 SAR.CTR[CATIOtJ DOCS1ivfF.NTS -DRVLLOPi�R AWARDL�D PR07FCTS Form Version May 22, 2019 Ofl 42 4a_Bid Progosnl_DAPxis aa a� a3 [lAP - BID PRpPOSAL P��c � �f� SEGTI�N 00 42 43 De�eloper Awarded Proj�cts - PRQP05AL FORM UNfT PRICE BID Bidder's Application Project ltem Infortnation Bidder's Pruposal Bicilisl ]tem Specification UniS ot Bid Description Unit Price $id Value No. Section T�Io. Measlire Qu�mtiry Bid Summary UI�IT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT IV: PAVING IMPRQVEMENTS This Bid is submitted by the entity named belniv: �ro�FR: 1)cniartt Cun;Yr��rti��3� I.( . ?l]_3 (�ullcn �irt'cl Fort R'nrfh. T7i 7hE116 -=C'it�, S1;lle Zip Cnd�' Iieri.: Cuntractnr agrees tn complete WOF2K for FIPiAL r1CCEPTAIVCE within CONTRACT cammences to run as provided in the General Conditions. END OF SECTION Total Construction 13i�f e��: ;�E��� nt���,� TiTLE: {hti cr DATE: �i� 2 h12s1 _ 68 �vorking cEays after the date when the $214,649.50 __ _____ $321,854.00 $62,999.50 OU CITl' OF FORT VJORTH STANDaIt[) COVS"I"ItVCI'10�' SPIYCff[CA�I'!VN pUC'U��4[VTS - DCVELOP[R ALVARDF.[) RkO,IfC'1'S Fomz Vcrsion til�y L�. 2019 pq d? 13 Bid Proposal. �APxls al] �15 ]? f1A1' I'RF,�IUALiFlCAT[4Tti S"]'.A'l'F111:N"I f':��e�• 1 u1-1 SECTIQN QQ �S 12 QAP - PJ�EQLIALIFICATIDN STATEMENT �acl� Bicid�r is rec�uirecl to coinplel� the ir�ort�iatio�l below by identif'yin� the prequalified eoiztraetors and�'or subcontractai•s wfinii� t11ey intend to utilize L''or ihc niajar work type(s} listed. [rt the "Majar Wo��k Tvpe" box �Sra�i�e the cotn��lete ma�or u�nt'k t`�p__.e. and achial desc��iptiot� as pr4�ided by #lie Water � Depaitment for water and sewer and TPW` far p�vin�. �Iajoz' Vvork Type C'ontr<�ctoriSubcantractor C'oinpany Naine 1'requaiil'ication �x iration Date �h'�tt�r I]istribution, Rt��nsc�• �.�nstructic�is 0� . l �.?{]?? f7��elapizle�ti, ] ?-in�l� di��si�etet aitd stn�ller Scwcr C�nll�ctior, �yS�Cl71, LLL11Y15i:�' �lJll�li�llL:�1[}Il a 1, I R.?t7?? Development, t2-inches arid smaller {-C]f1CCCtC Pc�VLIlE� ���I15t1llCtlflil•+ Pawement to be hand pour, () ]. I�,?{}�? Reconstniction {LF:SS ']�H�'IN na prequalification required. 1 S,(]�7� s� Uarc v�iltis} The i�n�ersigned hereby certifies tfiat ttie cnnlractnrs anc��o3� subcflnti�actnrs described in the table aho�c are curreiilly pret1ualilied for the wark iypcs listcd. B�DDER: I]ennett Constru�tion �,C'. 2313 Cullen Street rart WarLh, TX 76I a7 D.1TE: U1.18.Z422 EIVD UF 5EC"fIC)N CITY pF FaRT W ORTH STANDAfIC]L6MSTRUC710NPRERVA�IFICAT16NS7ATEi�r1ENT-�EVELOPERAWAROC�pRp1ECT5 OOR512_Prequalifi�ation5[atement2015 �AP Fo[rr, V2nlon Septem6er 1.2015 T{TL�: Presidurit Q� �I� 26 - 1 L�NTRACTOR CC1f1�PLI.�1tiCE �Vi�"1I WflR[CCR'S COMPEA�SA"CIDN LA4V Pagc t Uf 1 � 3 � 5 G 7 8 9 10 11 12 13 14 15 16 17 i8 l9 2(] 21 22 23 24 25 2h 27 28 29 30 31 32 33 34 3S 36 37 3$ �i'] SECTIDN UO 45 2f CONTRACTQR C�MPLIANCE E�ITH W�F�KER'S C�MPENSATIDN LAW P��rsuant to Texas Lauar Code Sectian 406.U9G(aj, as �mended, Contra�tor ce�-tifies that it proWides warkez�'s compensation insurar�ce co�crage for all of its ez��playees employed ❑�i City Praject Nu. 1!�?794. Contractor fiirther certifies that, pursuant to 'I'exas LabQr� Code, Sectiorl 40G.09G(U), as amended, it wiIl pra�ide t� City its subcontractor's certificates of complian�e with wnrkez-'s coznp�nsatian co�erage. C�l� TRACTOR: ❑Bi1CtE�� �QliStl'LiCtIOCi LC, Cainpany 23� 3 Cullen 5treet Address F�rt Worth, TX 751 Q7 CitylStatelZip THE STATE OF TEXAS caulvTv o� �rAruzarr-r � § By: 5cott Dennett (Pl rint) �� Signature: TitIe: PC@51d�flt (Please Print} BEFQRE ME, tl�e und rsigned authority, on this day persanally appeared 5���� �'�'[�P , known to rne to be the p�rson whase «ame is subscriUed to the foi�egoi» instrument, and ac »oyvledged to me tflat liels��e e�cecuted tlle same as the act and deed of ,� for thc puipQses ��nd �ansideratic�n therei�l expressed and in the capacity tl�erein stated. GI EN LTND �R MY HAND A D SEAL OF OFFI�E tklis Lh�l 1�` day of ` . . �I � � , Z0� ,, Not�iry PuUlic i aild for the St�ite of Texas Errn aF sECT�orr Cli'Y f]F FO[iT WUR711 STANDARI7 COV5TRLlCTIOiV SPFCIFICATIDN p�CL]M�}ITS I2c�iscd AF�ri12, 2f] ] 4 ��v v�� � o f laley Marie Davidsan �� ?: �-` �' My Cc�mmissian �xpires T �a �� p a��asizaz3 � '���} If7 No � 33flSfii65 � Waterside'['ownhames Phase I C'P�Y I�)279� DoeuSign Envelape IU: 520l3F(]U���F�33-41109-830E-40L`.97Ei�ri E�hti 0452A3-I [)e�eln��er AWssrde�l PixijeCl �g�'een1e11i I'a�e I nf4 ���c����o�v aa s� a� 2 nc;lt�.i�,�i�:N'r 3 '�'E-IIS �fXRH'.Ia�MH:N'�', a4rthoriacd an 111Q/22 jS 11�12lCI� ��+ attd betwee;n ihc Ue�elope:r, 4 [-�ines W�lersicle LLC, i3LFCII�I'1l�C� to do bt�siness in 'fexa� ("I7evclaper„) , and s Dennett Constrt�ction LC , autEyo�•ixed to do G b��siness in Texas, aCtiri,� L5� �sf1C{ tf]�`6U�it it5 duly �ulhc�riicd r[�pr�sentfitivc, ("Cnntracta�•"}, 7 f]eveloper and CaE�lrackaa•, in cansic�eration af th� mulual covenants herein�fter set fi�rCh, agree as 8 fallc�ws: �� ���t��i� t. woa�� 10 I1 12 13 l �3 15 16 17 18 19 20 2l Cnt7tractor slta�l completc all Worlc as spccificd or indicatcd in CI1C COtlfl'�Ct D�CU11]CCltS fa�' the Pr�jecl idenCi�ed herein. A.rt�cle ?�. 1'��UJ�(:'�' Tlie projcct �oi' whicli the Wc�rk tinder lhe Ca�ltract I3ocu�nents may be tlie wt��rlc or anly a��art is gc��crally descx�ibod as fallows: W/17'J:'h', �Sl:'Wl,'12, c4c Pr] J�ING fM!'110YlsMls'N'J'.S 7'C1 SIs'l�Yls WA'!'.h'RS,l1_)1' '1'DWNHOMES 1'lI�ISE1. ,� ..,,,,... .,---- CP1V 102 794 Article 3. CONTCI�CT TIME 3.1 Time is of' the esse�ice. l�ll time liinits i�ar Milestones, if any, and rinal f�cceptance as staEed in thc Contract 1)acumcnks arc of thc esscncc to tl]is Con�l��act, 22 3.2 k'i:ial Acceptance. 23 "1'l�e Wa�•lc will be c��plete for Fizaal Acceptai�ce r�ithin bS rv��•tcin� days afll�r t��e cf�►te 24 r�l�en the C:antrlct Time commences to run as prorrided in Pitragraph L 2.04 of' tF�e 5tandard 25 City Conditions �f the ConSt�uction �;ontraCt for 1�)cvClopCr �lwardCcl NrojCCts. 2G 3.3 I.iquidatcd damages 27 �� 29 3U 31 32 33 34 :3S 3b 37 Contractor 3•ccognizc5 tf�at tirn� is of tl�o csscncc of tEiis Ag�•�cnnent and tkaat []er�eloper Wl�l suffor �nancial lass if t�1C WOi'I( �5 k10t CO�rip��tC4� WIt�11fi th� t1111�5 S}7�C1�l�CI ir1 Para�;rapli 3.2 at�ovc, plus any exte�ision thereof allowed in accnrdancc wit�� Articic ] 0 pf tlie Standa�•d City Condit�ans o�' the C:onstl•uctio�� Contract r01' ❑C��Is���e�' Awarde[I I'��ojects. Tlte C:ont��actor ttlso reco�ttiies the deltlyS, ex��l]Se arid dilfiCuit.i� ;[nunl�cd in provin� in a lc.gal �rc>cccding thc actual 1o5s s�lffcrcd }�y tl�c I]o�clopCr if t��c Wo�'k� is 1�ot i;()1T1�),IeLt;CI Oil L11t7C. ACCiII'ii111�1y, ins�ead of ['�C�llli-Ill�; �srty such pror�f , Contractnr agrccs Lhr�t as liquid�tted ciamtige5 i�or delay (but no� as a penalty), Cc3ntract<sr shall pay I.)cvclnpc�• C7r�c� 17�nac.ru�rd '!'wc� l�ai,�cl,��rc� I�'tlii� I)ul1a,•s anc� 'l.e,•v C.'e���s•,,1�"1,.250.U(J�, fo�• e�ch ciay ll�at expires {�S`ter the tiine specified in ['�n�a�;raph 3.7_ f<�r Final 1lcccptar�cc until the C:ity issues the Fi�tEil LetCer af 1lccepttrilce. CITY QE' 1'ORT WC1RT1-[ Wat�rsidc Townhomcs Pliasc ] S'fAM11[]Alt[) ['(?h15'E'I�[lL;�['IC]N SP}?C'.II�[(:A'I'I(}h! I](7(;�J�v11�.�1'I'$-- f]fiVlsl.C)PI�.R t1W�[�l)E?i] I'RU,IGC�fS CPN 107794 I��:vi6Cd J1u�a: 16,2p]G UacUS'igri k1l�elope lQ' S20BF(7L:C:-LF83-4A(f�-83UF-4UC97F�51 EE65 00 52 43 � 2 1)evelaper A�vardcd Projccl Agrccmcnt I'age 2 of4 38 Articic 4. CON�'��.A,�:'�' i'f�IC.'Ia: 39 Ucv�lopet' �gt'ees to pay Ccsntractc�r fi�� perforir,a�tce of tk�o Wark in acccyrdance with lhe C:c��tiract 40 UQGEI[T7CI115 �iil c�1T10�111� ]fl ��1Cf'Gflt fLIIlC�S Uj ��[VE HUN1)LZE.�,I) NINl:'l'Y-NINL TIIC)LISAND F'IV�, 41 k-IUNI)Itl�l] hNl;) TiIREF DC)I.�,LAI�S .11N1] %r?Rf� C�NTS ($599,503.OU� 42 �#rtic[e S. C;�N'Y'RACT DUCUM�:N'I.'S 43 5.1 CC)N'i�k�,N"I'S; 44 45 4� 47 48 49 50 51 52 53 s� 55 5� 57 58 59 50 fil 11, ']'k�c C«ntract Dcrcu�neitEs wliick� con�prisc thc aitirc agreemc�nl betvueet� i)cvcla�cr ac�d Cot�tractor conccrning the Work consist af th� follc�wing; 'I'his Agrecincnt, 2, Attachments to tlzis A�rceca�ent: a. [iid �anrm (A� provided by De�elaper) 1} P��o�osa! H'oa•m {�)AP Vcrsion) 2) I�rcgualific�tio�i SL�Yter3te�tt 3} St�te nt�cl kcde�'a] docu��rcnts (��r•njcet sl�eciJic� b. Insurance AC(�RD Fot'm{s} c. .�'a�1�ca�t }3ond (1�AP Versian] d, ��crfc�nr►�ncc Bo�7d (f.]A.I' V�rsion} e, Nlain#c��ance Bond (DAP Version) f. Power uf Aktorney for thc ]3onds g. VUarkcr's Compens��ic�n Af�d�vit h, M131's artdlor S[3C Ccnniiulmetyt Farm (��rcquircd) 3. Standat'd C:ity Gcnc►•al Conditio�is oi' Clte C:o��st�uction Contt•act ti�i� De�efoper Awardcd Prcrjecls. 4. �up�lcmcntaiy Cnnditions. G2 5. S��eciiicakians specifically ii�adc a�art of the Conttt�ct 1)oc�.imcnts by attaclli7le�ll b3 rsr, ifi not a�t�cEted, �s itrcarporatcd by reference and de�ct'ibcd in thc 'I'ahlc af' 64 C:onCerats ofthc �'rojcet's Co�itract Doc��ments. GS G. Drawin�s. 6b 7. Addcnd�. fi7 G� f5� 7fl 71 72 73 74 75 $. L)ac�tmcntation submitted by Cc�ntrztctar prioz� to Noticc of' Award. 9. The I'ollawit�g w�iich may �ae CIC:�lV�;3-C'.L{ �r �s5ued af�cr thc �ffcctive Date ai' lhe ll�rccrnc�it a�ld, ii' isst�ecl, becot`�e an inGorpr���aEcd p�rt oi� tE]C L'.O[]C1'1Ct I�OCL1171Ct1�S; a. IVoticc to Procced. b. Field Urder�. c. C17angc Ordcrs, d, Le;lt�r ol' Fi�ial A�cceptancc. C{'f'Y (]E� ]�()It'I' WC)It'i'1-I V1'flterside Tnw�rha�na, l'haxc i ��rnN�niru CONS'I'1tUCT'ION SPF:CI�'IC:�L'f'I()N I]C7(;C1M�.N"j'S ]7�VEE�OPI.:;R AWARfH:[)1�R(uEi(','['S C;I'N 102794 Revised Jwm I G, 201 G L]acuSign Envelope IU: 51LIE3FOCC-EF83-dA09-8�UF-4UL:9/fi5lktFiti U0 57- 43 - 3 llcvclnper Awtu��cd Proj4ci Agreenienl 1'agc 3 a f 4 7C 77 78 f� 80 �r 82 83 $4 85 �b 87 88 89 9U 91 » 93 94 9S 9t 97 Article 6. IN�.I�:MNIH'[C:A'Y'EON G,1 Cu�itractot� cavcriants and agE•ees t<� iitdext�aiify, I�o]d iiarniless aiid c�c1'caad, At its own cxpe�ise, the city, its cafticcrs, sca'vRuts and empl��yccs, t't'arn and ag��inat xny azyc� �1� CIAIRlS 81•isiti�; au# of, ar :�lte�ed t�r xs•ise ou# o�; #he worrc a�yd services to iae perfor�ned by tl�e cantracto��, its oi'�ce�•s, age«ts, emplo;yccs, suk�contractnrs, licenscs or i��vitees u�tdcr t�Mi� cax�tt•act. `E'liis incternitif'ic�t;xon iroY�5inn is ti cciiicall aK�tcnded tc� �i ci•xtc a��d l�e effectivc �veK� if �t is allc e� ai• �rnvc�t t.l�at all ox' soine of ttte d�m� cs be9�� sau ht were caused ii� �vt�oac a�• irx �art l� an �et ozraissiait or• ne li �ence �ff tttc cit . This incic�xauty pt'ovisinn is intendcd Lo iRMclude, with�►ut limit�tiaKx, incleynnity fnr costs, ex��enses and l�ghl i'ccs i��curr•ed X�y thc city in defcr�di��� agaie�st such claims and CauSes of �CLtON1s. G.2 C'ontractnr covc�ta�►ts €tnd agrees to indentrtif`� �atcl hold ��armles�, at its awz� c�pcn�e, thc ciky, ats afficers, servants a��d crr���oyccs, fram and �t��itfsC a��y at�d all Inss, dxmagc or �eatruction c�f �ro�et-ty of the city, xrising out of, or a,ll�ged tu arisc cjut at', fhe wor�i aitd scrvxccs to be perfurined by C�ac contr•actu�•, its ofticcrs, �t�er�ts, e�npl�yyecs, �uhcnnir•actors, licensee� cyr invitees uudelr tE1i5 ccmtract. 'TiSis lI�(�CIIISII�C�it1O[l pa�ov�sio�� i� speci�caliy inl�c��dcd to anerate and tye eft'cctive even if it is alle�cd ot� roven tltaL' all ar so�r�c of tl�e dama �es k�citx soq 1�t were causr�d in wt�olc or in art bV at�v aCt, c�missioz� ur• nc��c�tcc a� the city. Artic�e 7. MISCI�:,I,f,ANN,[)YJS 98 7.l '['crms, 99 Tcrms u�ed in t11is �Lgrccment are d��ined in �1+•ticic 1 qf the Standard C'iky C'anditions of' 10a �ilt C.Ot1St111C�1[ltl C(7I1LCacl Par Qeve�oper �wtiI•dcd ProjecCs. rt 01 7.2 AsslglSn�enk Qf Contract. 102 "i his Agrccr7iatst, incf�iding all of khe �ontract Documents may not bc assigned by the ] fl3 Cottiractor without the advanced e�c�ress wf•ittcn cc�nsent af Che Developer, 104 7.:i 5uccessar� anc� Assigns. 1�5 Dewelaper and C:or�tractnr� each binds its�lf, its partners, successars, assigns anc� legal l06 �•cprescntativcs to the ather party hereto, in res�ect to a!I co�cn�nts, agreements and 107 ❑bli�aLions cantair7cd in the CanLract Doeumcnts. l0� 7,4 Scva•a�i[ity. l09 Any pruvision or part of thc (:crnti'�ct []ocuir�cnt� hcici to be wtcoitstitutiai�al, void ar I]U uncnfi�rceal�le b� a court of competeslt jurfsdickion si�all be deemed slt'icken, and all 111 rema�ning prc7visions shzill canlialuc ta k�e ��rlid ��ncl 6inclin�; upon 1.)I�VLLOPLR ctnd 112 C{�NTRAC'CUR. 113 7.5 Govcrnin� Law �nd Venuc. 114 T4�is Agreement, inclucliti� all o�' the [:ottkracl I)oc�uncnts is E�e�for�rr��bfe in thc Statc c�f 1 l5 `I'cxas. Ve�iue shall be 'l'arrant Cnunty, Tex�s, or t�lc Utiitcd 5ta�es Distri�:t �:ourt for thc 11G Northea'n ilistrict ofrl'cxas, F[rrl Wat'lh I]ivi�ion, Cfi'Y OF Pb]tT W(]R'E'l l W�[CI'SIdC �iUlV1lIlUllll:S I�IlFlti4 I 5'fANf7.4.it1] C'.C)NS'I'ItIJ(:I'i(]N SYF.{'IFICh'f117N 17(Ii;L1ME�.IV'I'S l]l�.Vi;1.OPI•;A AWAR13ki17 PRCIJEl4;'I:S (;T'N 1I127`)4 RCV134[I �UfiS' 16, 2f11(� Qocu5lgn Er�valop4 ID� 52UBF4L'C-EF83-�4AU9-Ei:iUF-4{]Cy7fi5'lE�fi5 {�45� 43 -a Developer A�v;ir�cd Prujesl Agrecmeni Hngc A oi4 117 1] 8 7.G Atithvrity to Sign. 1] 9 Coi�tractor sliall attacla e�idenGe of atithorily ta sigu Agreenient, if ather than duly 12a a«thori�ed signntory of tlie Contractar. l21 l22 iN VVITNESS WF-IER�DF, Develope�� �a�fci Cantractrn� i��ve executed tk>>s Ageeen�ent ii1 n�ultiple l23 cotin#er�aarts, 124 l25 This Agreeme�it is effective as of the l�st date sig��ed by the Farties ("Fffective Date"}. l2G �q1111"E1G�C)C: ❑ennett Ca ion LC g _� (Signature} i]eveio�aer, Hincs Waterside I.LC By: s�e attaGhcc� tSignahi��e) 5catt Dennett {Printed N�ine} 1�a4�ert W. �ittc (Pri��ted N�mej Title� President 'I'itle; 5enior Managing L7irectar Camp�►ny 1Va��ne: C�mpas�y a�ame: Addres�; Address: 27[}0 C:c3mrner�e St�•eet, SuiCe 16U� Citvlst�te��i�: Fort Worth, TX 7�1 D� �112812�21 ❑ate 127 , Cit IStatel�i : llallas, `.['exas �522C D 1128l2a21 ❑ace CITY OF I'�[iT WC][iTl [ Wiitcrsicle Ton•nhomcs f'hase 1 S'I'A�l�Altll L't)NS'1'I�iJC,7'[�N SPECiP[C:ATION E]�C.'lfivlf:N'I'S - DEVELC3PER AWAflC]E;[] ]a[ZC}JEC'1'S CPi4 IUZ794 l�evised Junc lU, 2d16 ❑ocu5ign tnVelope ID: 52U�I�QC:C:��F83-4A09-83L1F-4UG9/fi:�1kk6`.i HIhIES WAT�RSI�� LLC, a[7elaware limitec� Iiability campany By: Hines Waterside Associates �P, a Texas limiteci partrtership, its sale rnember By: Hines Interests Limited Pa�tnership, a pelaw�re lirnited �����r$I�1�7cL5yne�ene�al partner DS ,��, $y; �� W� - - Na : ��T�luitte 7itle: Ser►ior Managing �Jirector OU6? 13-1 PERFORMANC� BOND Yage 1 of3 1 2 3 � 5 6 7 8 � SECTION 00 52 13 PERFORMANCE BOND #1788b6C THE STAT� OF TEXAS § § KNOW ALL BY THESE PR�SENTS: COUNTY OF TARRANT § That we, Scott Dennett Construction, L,C. , known as "Principa]" herein ai�d Wastfeld Insurance Com an , a corporate s�irety{sureties, if more tha�i one) duly autho3-ized to do business in the State of Texas, know�l as 10 "Surety" herein (whether one or more}, are held and fi��nly bound unta the Deve[oper, Hines 11 Waterside LLC, autharized to do business in Texas ("Developer"} and the Gity oiFort Worth, a 12 Texas municipal corporation ("City"), in the penal su�n of, FIVE HLTNDRED NINETY-NINE 13 THOUSAND FIVE HUNDRED AND THREE DOLLARS AND ZERO CENTS $599 503.00 14 lawfiil money of the United States, to be paid in Fo�t Wo��th, Tarrant Co�inty, Texas for tlle 15 payment of which sum well and truly ta be made jointly unto the Developer and tlie City as dual ]6 abligees, we bind ourselves, our heirs, execf�tors, administrators, successors and assib s, joiirtty i7 aud severally, fi�mly by these presents. 18 WHEREAS, Developer and City have entered intp an Agreement for #he construction of 19 comminiity facilities in the City of Fart Worth by and through a Commtmity FaciEities 20 Agreeme�lt, CFA Nuinber 21-0074; and 21 WHEREAS, the Principal has entered i»to a certain written contract witl� the Developer awarded 22 the 1� day of \}����I`������ , 20�__� , wluch Contract is hereby refen•ed to and made a 23 part hereof for a[l purposes as if fi�lly set forth herein, to fi�rnish all materials, equipment labor 24 and otE�er accessories defned by law, in fhe prosecuiio�� of the Work, inc[�iding any Change 25 OrcEers, as provided for in said Contract designated as W.4TER, SEWER, � P,4YING 26 IMPI2QUEMENTS TO SER�E WATERSIDE TOWNHOMES PH,4SE 1. 27 28 29 NOW, THEREFQR�, the condition of t11is obligation is such that it'the said Aeincipal sl�al] faithfully perfonn it obligatians t:nder the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to tise plans, 30 specifications, and contract docwnents therein referred to, and as well during any period of 31 extension of the Contract that may be granted on the part of the Develaper ai�d/or City, then this 32 obligation shal] be and became ��ull and void, otherwise to re►nain in full Force and effect. CITY OP FORT WDRTIi WaLerside To�vnhomzs Phase I STAI�3BARD C1TY CO�iI�1TIQNS -� D6VELOPER AWARDED PROlF'C'I'S CPN 342794 Revised January 31, 2012 OQ6213-2 PERFORMANCE BOND Page 2 of 2 1 PROVIDED Fi7RTHER, that if any legal actio�3 be filed on ttus Bond, �en��e shall lEe in 2 "I'a�-rant Couilty, Texas or fihe Uniteci States District Couc-t for the Northern District of Texas, For# 3 Woz�th Division, 4 This bond is made anc� executed in con�pliance with the provisions of Cl�apter 2253 of the 5 Texas Govemment Code, as amended, ��d ail liabilities on this band shail be deteria�ined is� 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principa] and the S�u�ety ha�e 5lGNED a�7d SEALED 8 this in trument by duly authorized agenis and ofiicers an this tE1e �_.C� day of 9 � � , 2a�]], io 11 12 13 14 15 1 ATTEST: � 17 �� ] 8 � �-UU Q / 19 � ( rincipal} 5ecretary 20 � 21 22 23 24 25 26 27 28 29 30 31 .i 2 33 34 3S 3b 37 38 39 40 41 �2 43 44 45 4b 47 Witness as to Pc�incipal �? � � - Wifness a� to Surety Muni Rabah, Band Account Manager PRINCIPAL: Scott DennetE C nstruc#ion L.C. BY: .�� Name and Title Address: 2313 Cullen Street Fart Worth, TX 76107 SURETY: Westfield Insuranc Com an BY; igna �r _IeremV Barnett, Attomey-in-Fact Nai�ie and Title Address: 2255 Rid e Rd. Ste. 333 Rockwall TX 75087 'felephone Number: �72_772_�22p *Note: If signed by an afficer of the Surety Company, tl�ere must be o�1 file a certified exh•act from the by-laws showing that tl�is person has autElority to sign such obligation. If Surety's physical address �s differeE�t fram its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CiTY OP FORT WORTI� Waterside To���nhomzs Phase I STANDACtD CITY Cp?JDITIONS — UEVELOPGR AWARDL•D F'lZ0]ECTS CPN I D?7)q Re�ised 7xi�uary 3 ], 20I2 oa62�a-t PAY�vIENT l3dND Page I of = 1 � 3 4 5 6 THE STATE OF TEXAS COUNTY OF TAR_RANT sECTYorr aa 6a i4 PAYMENT BOND #I78866C § § KNOW ALL BY THESE PRES�NTS: � 7 That we, Scott Dennett Canstruction L.C. , known as 8 "Principal" herein, and a 9 corporate surety ( or sureties ii more than o���), duly authorized to do business in the State oi 1 a Texas, known as "Surety" herei�� (whetller one or more), are held and fit�mly bound unto the 11 Developer, Hi��es Waterside LLC, authorized to do l�usiness in T"exas "{Develaper"}, and the City 12 of Fort Worth, a Texas n�unicipal carporation ("Gity"), in the penal sum of FIVE IIi.TNDRED 13 1VINETY-NINE THOUSAND FIVE HUNDRED AND THIZEE DOLLARS AND ZERO CENTS 14 ($599,503.00), lawful money of tlie United States, to be paid i�� Fort Worth, Tarra�lt Counry, 15 Texas, for the paymea�t of which sutn well and truly be niade jointly unto the Developer and the 1G City as dual obligees, we bind ourselves, otn� heirs, �xecutors, administrators, successors and 17 assigns, jointly and severally, firmly by tlZese �resents: l8 WHEREAS, Developer a�id City have enter�d intp an Agreement for the construction of 19 cam�nunity facilities in tlle City of �'ort Worth, by and tElrough a Community Facilities 20 Agreement, CFA Number 21-0074; and 2l WHER�AS, Principa[ has enterec! into a certai�l writ#en Cozltract with Develo�er, 22 awarcied the �� day of � �- , 20�, which Contract is ]�ereby 23 referred to and made a part hereaf for all purposes as if fully set forth herein, to fumish all 24 materials, equipment, [abor and other accessories as defined hy ]aw, in the p�-osec�itian of the 25 Work as provided for in said Co�7tract and designated as W�4TER, SEWER, cPc PAUING 26 IMPRO vEMENTS TO SER vE WATERSIDE TOWNHOII�IES PH�lSE 1. 27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such thai if 28 Principal sha][ pay all znonies owing to airy (a��d all} pay�neilt bond beneficiaiy {as defined i�i 29 Chapter 2253 af the Texas Goveniment Cacie, as amej�ded) in the prosecz�tion of the Work under 30 the Contract, the�-► this obligation shall be and become null and void; otherwise to remain in fi�ll 31 force anc� effect. CITY OF FORT WORTH Waterside Tau�nhnmes Pliase 1 5T'AtJDARD CITY CONDITIONS — DEVELOPER AWARDED PROIECTS CPN 102794 RevSsed January 31, 2012 406? 14-2 PAYLbILNT BOND Page 2 of 2 2 3 This boi7d is made and executed in compliance with the provisians of Chapter 2253 of the Texas Govenvnent Code, as amended, a��d all ]iabilities on th�s bond sliall be detemiined in accordance with the p��ovisions o'said statE�te. 4 IN WITNESS WHEREOF, the Prmcipal a�ld Sur•ety have each SIGNED and SEALED 5 this instrument by duly authorized ag�nts and officers on this the ��� day of G � , 20�. 7 AT7'EST: �' �� t � � � ._.. Pri �cipal) Secre#ary Witiless as to Principal ATTEST; (Surery) Secretary 8 9 l0 11 rz 13 14 , .. _ � �-' . �'� �'" Wit3�ess�as to Surety Muni Rabah, Bond Account Manager PRINCIPAL: Scott Der�ri tt Construction L,C, > - BY: ,�- i�nat�re` Nan�e a��d Title Address: 2313 Cu11�n Street Fort Wort , TX 76]07 SURETY: BY: igua �re Jeremy Barnett, Attorne,y-in-Fact Na�ne and Title Address: 2255 Ridge Rd., Ste. 333 Rockwall, TX 75087 Telephone Number: 972-772-722� Note: If signed by an officer of #Ele SL�rety, thec�e mus# be on file a certified extract from the bylaws showing that this person has a��thority to sign SLICIl obligatian. If Surety's physical address is different frocn its �nailing addeess, both m�:st be provided. The date of the bond shall not �e prior to the date the Contract is awarded. �ND OF SECTION CITY OF FORl� WORTW Waterside'[btivnho3nes Phase 1 STANDARD CITY CON�ITIONS— DEVELOPCR AWACtDLD PROJEC�'S CPN 10379q Revised January 31, 3012 oa6��9-i NzAINTENANCE 60N� Page 1 of 3 1 2 3 4 5 b 7 S 9 10 1r 12 13 14 15 16 17 i8 SECTION 00 b2 ] 9 MAINT�,NANCE BOND #178866C THE STATE 4�' TEXAS § § K1VOW ALL BY THES� PRESENTS: COUNTY OF TARRANT § That we Scott Dennett Construction, L.C. , known as "P�•incipal" herein and Wesifield Insurance Com an , a cor�orate sure#y (sureties, if more than one} duly authorized to do bus'sness in the State of Texas, k3town as "Su��ety" herein (whether one or more), a��e held a�tid finnly bound tmto the Developer, Hines Waterside LLC, authorized to do business in Texas ("Developer") and the City of Fort Wortl�, a Texas municipal corporation ("City"), in the sum ofFIVE HU�IDRED NINETY-N1NE THOUSAND FIVE HUNDRED AND THIZEE DO,�,LARS AND ZERO CENTS ($599,503.00� ]awful �noney of the United S#ates, to be paid in Fort Wortli, 7'arrant County, Texas, far payinent of which s�.un well and tru�y be made joi�lt[y unto the Deve�oper and the City as dua] obligees and their successors, we binc! oursel�es, our heirs, executors, administrators, successors and assigns, joiiltly and s�verally, firmly by tl�ese presents, I9 WHEREAS, Developer and City l�ave entered into an Agreemen# for the construction of 20 cammunity faci[ities in the City of Fart Worth by and through a Community Facilities 21 Agreement, CFA Number 21-OQ74: and 22 WHEREAS, the Principal has entered into a certain written contract with the Develaper 23 awarded the 1� day of���� , 2Q f--1 , whicll ContE�act is 24 h�reby referred ta and a ir�ade �art hereof for ali puiposes as if fully set forth ]3erein, to fur��ish al] 25 maferials, et�uipment [aboj- and ather accessories as definecE by law, in the prosec�ition of the 26 Work, including any Work resulting fro�n a duly at�tharized Change Order (collectivaly herein, 27 the "Work"} as �ro�ided for in said Contract and desig7lated as WATER, SEWER, & P,4VING 2S IMPROVEMENT�S' TO SER yE WATERSIDE TOYT�NH4MES PHASE 1; and 29 30 31 32 33 3 �4 WH�REAS, Principal binds itself to use such materials and to so canstri�ct the Work iil accordance with the plans, specifications and Contract Documents that the Work is and wil] reinain free from defects in mate���als or warlananship for and d�u�i�lg the period of trvo (2) years after the date of Final Acceptance of the Work by the City {"Maintenance Pe�•iod"}; and CI'CY �F FORT WOR'I'H Waterside Townhomes Phase l STAN�ARD CITY CON�ITIpNS— DEVELOPL-R AWARDED PROJECTS CI'iV 10?794 Revised January 31, 20I2 OOb2l9-2 MAi?�TENANCE BpTvD Psga 2 of 3 1 WHEREAS, Principal binds i�self to repair or recanstruct the Work in who�e or in part 2 u�an receiving notice from the De�eloper ackd/or Ciry af the need thereof at any time within the 3 Maintenance Period, 4 S 6 7 S 9 NQW THERE�'QRE, the candition of ihis obligafion is such that if Principa] sha11 remedy any defective Work, for which timely notice was pro�ided by Developer or City, to a complefion satisfactory to the Cify, ihen this ob�igation shall become null and void; othervvise to remazn in full force and ef#'ect. l0 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconsttuct any timely 11 noticed defeciive Work, it is agreed that the Developer ar City may cause any and all such 12 defective Work to be repaired and/ar reconstructed with all associated costs thereaf being borne 13 by the Prinaipal and the �urety under th�s Maintenance Bond; and 14 15 16 17 18 I9 20 21 22 23 PROVIDED FURTHER, thaf if any legal actian be filed on t}3is Bond, venue sha1L lie in Tarrant County, Texa;s or the United 5tates District Caurt for fhe Nort�ern District of Texas, Fart Worth Division; and PROVID�D FURTH�R, that thi,s obligatian shall be continuous in nakure and successive recaveries may be had herean for success'rve breaches. CITY OR FQRT WORTH VV aters[de Townhomes Phase 1 STANDARD CITY COI�iDITIOt�S — DEVEI.OPElt AWARDED PROJEC'FS CPN 10279q Ravisad January 31,2012 046219-3 MAINTENANCE BOND Page 3 oF3 1 IN WITNESS WHEItEOF, tl}e Principal and the Surety have eacl� STGNED and SEALED this 2 instrument by duly authorized agents a��d officers on this the �� day of V'l 1� 3 , ZO�. 5 6 7 S 4 10 11 ATTEST: 1 ,�, (}_ � 13 �— �����.A JC(, 14 f� ( rmcipal) 5ecretaty ; tb � � 17 18 19 2Q Witnass as to Aeincipa] 21 22 23 2�1 25 26 27 2$ 29 ATTEST: 30 31 N/A 32 (Surety) Secretary 33 �,� 34 � =�.J /` _�_ 33 Witness as to 5urety 36 Muni Aabah, BondAccount Manager 37 *Note 38 39 40 �I 42 P121NCIPAL; Scott D ett Construction, L.C. � BY: Sig re Name and `I'it[e Address: 23I3 Cullen 5tree# Fo�t Worth, TX 76107 SURETY: Westfield Insurance Com � �, _ BY: �'- 5igna e Jeremy Bamett, Attarney-in-Fact Name and Title Address: 2255 Rid e Rd. Ste. 333 Rockwall TX 75087 Telephone Number; g�2_772-7226 . _ If sigiied by an officer of the S«rety Com�a�ly, there must be on file a certified extract froin the by-laws showing that this person l�as autElor�ty to sign such abligation. If 5urety's physical address is differertt froiu its mailing address, botl� must be provided. Tl�e date of the bond shall �3ot be prior to the date the Contract is awarded. CITY OF FOFtT WQRTH Waterside Tawnlzames Pliase I STAN�ARD C[TY CONDIT[ONS — DEVCLOYEA AWAR[]ED P207ECT5 CPT�! 102794 Revised lamiary 3l,?012 General Pow�r ofi Attorney CERTIFIED COPY POWER NO. 4220012 14 Westfield Insurance Co. Westfield National Insurance Co. Ohio Farmers Insurance Co. Westfield Center, Qhio Know A!1 Men by These Presents, That WE5TFIE�Q INSURANCE COMPANY, WESTFIELD NA710NAL INSURANCE CO7v1PANY and OHIO FARMERS INSURAfVCE CDMPANY, corporations, hereinafter referred to individually as a"Company" and collecti�ely as "Compar�ies," duly organized and existing under the laws of the 5tate of Dhio, and having its principai office in Westfeld Center, Medina County, Ohio, do 6y these presents make, constitute and sppaint TONY FIERRO, JOHNNY MQSS, JAY .fdR�AN, MI5TIE BECK, JEREMY BARNETT, IAaE PORTER, ROBERT G. KANUTH, JARREiT WILLSON, JACK NDTFINGHAM, JOINTLY OR SEVERALLY of ROCKWALL and 5tate of TX its true and lawful Attorney{s)-in-Fact, with full pawer and authority hereby conferred in its name, place and stead, to execute, acknowledge anq deliver any and ail bonds, re�ognizances, undartakings, or ather instruments ar cantracts of suretyship- - - - • - - - - - - - - - - • - - - - - - - - - - - - - - - • - - - - - - . . . - - - - . . . - - - . . _ . . - - - . . LIMITATION: 7HI5 POWER OF ATfORAfEY CANNOT 8E USE� TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE �, OR BANK QEP05ETORY BONDS. and to hind any af the Companies thereby as Fully and to the same extent as Ef such 6onds were signed by the President, sealed with the corporate seal of the applicable Company and du[y attested hy its 5ecretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is rnade under and �y authority oF the fallowing resolution adopted by the Board of Qirectars af each of the WESTFIELD INSURANGE COMPANY, WESTFIEL� NATIQNAL IEVSl1R,4NCE COMPANY and QHIO FARMERS lNSiJRANCE COMPANY: "Be !t Resolved, that Ehe President, a�y 5enior Executive, any 5ecretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with fulf power and authority to appoint any one or rnore suitable persons as Attorney(s)-in-�act to represent and act f�r and on behalf of the Company suhject to the fallowing provis�ons: The Attorney-in-Fact. may be given ful� power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deli�er, any and a!I bands, recognizances, contracts, agreements of indemnity and other conditional or obfigatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorne�r-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corparate Secretary." "8e rt Furtl�er Resolved, that the signature of any such designated person and the seal oF the Company heretofore or hereafter affixed to any sower of attorney ar any certificate relatin thereto by Facsimile, and any power of attorney or certificate bearing facsimi[e signatures or facsimile eal shall be vafid and hinding upon the Company with respect to any bond or unciertaking to which it is attached." (Each adopted at a meeting held on February S, 2000). !n Wrtness lNhereof, WESTFI�LD INSURANCE COMPANY, WESTFIELD NATIONAL IN5URANCE COMPANY and OHIb FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety I.eadar and Senior Executive and their corparate seals ro be hereto a�€ixed this 02nd day nf JANUARY A.D„ 2020 . �����. ,,� ���,,.„„ .,,,w ��„ ,��a�„„�., C seals�e '���5��:�'�[' ' `''p��ti�NAL �ti'�., "'��gup`� W£STFIELD INSURANCE COMPANY �c..•�'""' •••ti�� •�``s'.� •;S�'-� `'i� ••�••"::*;f'�;�3 WESTFIEL� NATIONAL INSURANCE CQMPANY Affixed �+•' �+ , •' . �� ,• ip � ;�°' '': �;Y =�• ������ :*'`�� OHIO FARMERS INSURANCE COMPANY ��i ly `f.�".; �El'�.1, :m� ;p;c ���3 � _ i- 1�4 .a �-. ....-._:;.-.�,....�__:,:_ ��.' � r��� �.. •'�`, '�'• � :�` � F �•��•�I�.�rM� �# .... ••� � �� � ���1��IIVkil�i��il���``r ,''���IrI1HI1N�'N"', � 1 5tate of Ohio � ByGar W, tum er N i y County of Medina ss.: y p, at o Sertior�ExecuF�e and On this 02nd day of JANIJARY A.D., 2020 , beFore me persanally came Gary W. Stumper to me k�awn, who, being by me duly sworn, did depose and say that he resides in Hartford, CT; that he is National 5ureiy Leader and 5enlor Executl�e o# WESTFIELD IEVSURANC� COMPANY, WES7FIELQ NATIONA� INSLIRAI�CE COMPANY and OHIO FARMERS fNSURANCE COMPANY, the companies described in and which execuEed the above instrumenC; that he knows the seals of said Companies, that the seals aFfixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of pirectors of said Companies; and that he signecf his name thereto by like order. Notaria l t �,,,,,,,,,,,,,, Sea[ •`�� �1 A L 5+,'"a, Affixed ,�P,. �'': O : ���«1��f :, �� �: L' _ Y State of Ohia :� ,r �►�o Da�id A. Kotnik, Attarney at Law, Natary Public County of Medina ss.: �;, y *'�.i*�; My Commissifln Does Not Expire (Sec. 147.03 Ohio Revised Code) r�a�o 1, Ffank A. Caffino, Secretary of WESTFIELp INSLlRANCE COMPANY, WESTFIELD NATIOI�AI� fNSURANCE COMPANY and OHID FARMERS INSURA�lCE COMPANY, do hereby certify that the apove and foregoing is a true and correct copy of a Power of Attorney, executed by said Campanies, which is still in full force and effect; and furihermore, the resolutions of the Boards of �irectors, set out in the Power of Attorney are in fulE force and effect. `��I;1n,{ti �ss, Whereof, 1 have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this�� day of liit l �\ �'A.�., zo22 � � a,,,�+��.�.�ai�.,y ,�.�„�i��.,� �''��811:I,E,�l�%�� ,,,.r'`�+CSNq�I��''•.,. a.... .�'�a4� •��..• •. .s � v1 W+ • '��. Ci i ,` o • '• �'-A = �: �o� :�;' '.p-: ��y������ : n�, ��n i , ;m � �" �'~, � r� � `, �.' ..*.. ,.q �, ''"�+wr� i .i�t�,,,,,. ,.���. S iy�r . x rri�;�. ��Ki�ftTERFp�^a � =�:, �8a� ; � = .�' �, 'a ���� �.����iq nu•a"�" ��� � I sacr�rrury Frank A. Garrino, SecreCary 6P�AC2 (combined} (06-02) ��������r ra�Tt�� _ �'fI�TE i�f fiEXi+�� �G�TiAR�F�`� F�F��C�E�U��a 1. tC�P�CI�'��' N�TI�E �V#�� l[�APC��Ti4N'TE. 7c� �t�ir� ft►�cirm��i�it �' ti��C�� a i�ii�t�i�il�ih�: F�ara c�i+�n��"i�i�a'mai�ic�n o p�r�'smme�r �na qu�j�: �, �c.0 m��°��� ��r �ge�if, l�uede c:�.mc�ni� cor� �u; {fitle� al (�le�shone , ,_ nur�b�r): '� Yc�u rn�j€ �t 'GV�s�"'t�id l�s�t�i�� �c�mm�iny� Us��i �re� E��mar a� rtut�r►er.� �� tei�f��ta gra�s de �fC+�s�`�1d �a�i��ir�F t���rr�t�� ��rlti�r�yy ��itil�`r �sf#i�itl lt��t�r�c� �ompai��, 'V����id Nation�f' ��i l���� i�s��r�i�e �'c�►t'i��ji'� �a�l �r�� tr��ur�nc� ��pany, an.dJ'ar QtEf�a ��rrtm�rs '��t�ti�°r� t��€m� �`�r i�Farn��c�t � fa �� a ir�sii�rra�� �e�m�[t�y'.� para� ii�fvrrn�ei� � para. ' �ar�p�air�� a� ; ��t� urr� qu���� �t. 1��it��-0�'��i �i-�t�i��3�i�'i�i ���� �y af5o : wrike, �fl V%�s��1� l��i��r�c�' li�� tar;ribi� pued� es�nbir a���Fi��� lns�r�r��e ���ar��� ilf�esffield National I��t�it�r��s� ����rry; ��rrpa��, We`��i+�Td t�l�titir�at I�rsti'ranc� '' �ait��i' �#�Ic�'��rmefs Insurance Grst��r��r at: _ G'�aii�pan�; �ii�tt�r i3kiia Fa�rtr�rs 1�sur�n�� ; � �m� �ty.. ���t �� ��a�tr� ' At#�n�; �a�t� �i�iins i�e ��, ��r��i� ' ' �e l��c �ire�� E�� g�t� �1�'� , . F� � �x ��Cf'I fi�'��lti����!�t:�N 4���.�#�!� V4�e��i�d!�e��+er,'C'�� �25��5�4�11. �����-�7�i�0 Fa?�.���=���-08� � '�� ��� ��t � T�s�c�s bep�ifi�n�rr� �� P�ede ��n��.� �t�. �f pe{�ar�met►�o� �� , Ir�t�� �� �� ��tr�n orr. �p��s; �e�rr� i� Texa� p�ra �bte���r �t�forrrr�iort ac�r�ca ���g��, ��� c�r��p��i��� �`. d� �t�p�ni��, ��t�r�s, der�c�c�� o q,iu���� �l. ������` - �t-���:�,5�-�3'8 � Y'� ��` � � t�� T��c� ��t'�n�i�f �� F�u�tf�. .�t�si� a� ������t� �% �e�r� �f�. _, ir����nc�, �ns�arr�F Pra�� �ar� .��1� ��°�-�Aj. Texas, �nsu�n�r Pev��r�i�n ��i�� �M� �.� ���Aj, f� �;. B�� "���1�.�€ ; _ f�.�: B��c '�4�� � ��f�r�, � ��`�-��� � � � � �usi�n� ������ ��'?"���� � F��c ��4�� ��»`��7`' - ���; (���� �-�7 'l��bz �,r f�rtexas.gov �� � � �te�+ v�r�tch �x�s �v�v � < E-��il� ��l��! �� 1S��Sas:crov E-�r�l. _��r�rr�%efi�l���S�� ' 7 �I���Il�E�M; �C �LL��M Q1�1�"C'��, t�ISP�J�i�S �a�R� PR�MA� � f�ECLAM��'; _ ' �[�ral� �?'r� ���-a;c�i��uf� i�i�rnf� �trr ���r�iur� o� � ��� u'n� d�spu� �s��rrii�t� � su �i�� a � cu� �lt; :� �i�t%zi; � �ca��i s���f �kr� ��er��, �t��t�eft� rael'�r�, d� cqmunir�r�� +� ��,:��t�te, 1�1�es�f�ld I�►t°�n� �m�n�} �1�i�s1�! Fti�ic��l' ��t�r� �st�ira� Cvmpa�ny, �lest�'ield' Nattt�n�l Ir�sueanr.� �rn�r�y, �r ��`�r� Fa�rtt� }�s�r,a� ��i�aar�S+ ��st� �i ��nyr c� 4h�r� �arrr�ers ��surar�i� ��n�any� ��t��. i� ru�t �l��d� �r�€t �t�y �s��ci tE� 't"`�as pnrn�ro. �.i. nc� s� t+�sue[ve. Is di�c�ta, �u�de ������ �tt l��u�r���. ` � �n�a�r� cam�,ni�r� c�.� ��xar�r����� �TC�1�,. � �Ti`�1��� "[�rli� ��'��E TC�'���� P��I�Yy . IJl�pi E�rTE � A1tISa �i �I� POLI�: ��t� ��i� �� 'f�1s ��� �,for Er����i�r� �n�y �nd d�e�.��: k��rr�� s�sl� p�� pic�os�#�i �3e �i�f�rm�i�n � r�o :� +c�t�vi�rte a ���,�r �r�i� af �� ��3� �urrE�ni. �r� ���� a t�di�ii�n �f�l ;ci�um�nt� ��jur�t�. ���-�� ��-�� CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 – Definitions and Terminology .......................................................................................................... 1  1.01 Defined Terms ............................................................................................................................... 1  1.02 Terminology .................................................................................................................................. 5  Article 2 – Preliminary Matters ......................................................................................................................... 6  2.01 Before Starting Construction ........................................................................................................ 6  2.02 Preconstruction Conference .......................................................................................................... 6  2.03 Public Meeting .............................................................................................................................. 6  Article 3 – Contract Documents and Amending ............................................................................................... 6  3.01 Reference Standards ..................................................................................................................... 6  3.02 Amending and Supplementing Contract Documents .................................................................. 6  Article 4 – Bonds and Insurance ....................................................................................................................... 7  4.01 Licensed Sureties and Insurers ..................................................................................................... 7  4.02 Performance, Payment, and Maintenance Bonds ........................................................................ 7  4.03 Certificates of Insurance ............................................................................................................... 7  4.04 Contractor’s Insurance .................................................................................................................. 9  4.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 12  Article 5 – Contractor’s Responsibilities ........................................................................................................ 12  5.01 Supervision and Superintendent ................................................................................................. 12  5.02 Labor; Working Hours ................................................................................................................ 13  5.03 Services, Materials, and Equipment ........................................................................................... 13  5.04 Project Schedule .......................................................................................................................... 14  5.05 Substitutes and “Or-Equals” ....................................................................................................... 14  5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ..................................... 16  5.07 Concerning Subcontractors, Suppliers, and Others ................................................................... 16  5.08 Wage Rates.................................................................................................................................. 18  5.09 Patent Fees and Royalties ........................................................................................................... 19  5.10 Laws and Regulations ................................................................................................................. 19  5.11 Use of Site and Other Areas ....................................................................................................... 19  5.12 Record Documents ...................................................................................................................... 20  5.13 Safety and Protection .................................................................................................................. 21  5.14 Safety Representative ................................................................................................................. 21  5.15 Hazard Communication Programs ............................................................................................. 22  5.16 Submittals .................................................................................................................................... 22  5.17 Contractor’s General Warranty and Guarantee .......................................................................... 23  CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ........................................................................................................................... 24  5.19 Delegation of Professional Design Services .............................................................................. 24  5.20 Right to Audit: ............................................................................................................................ 25  5.21 Nondiscrimination....................................................................................................................... 25  Article 6 – Other Work at the Site ................................................................................................................... 26  6.01 Related Work at Site ................................................................................................................... 26  Article 7 – City’s Responsibilities................................................................................................................... 26  7.01 Inspections, Tests, and Approvals .............................................................................................. 26  7.02 Limitations on City’s Responsibilities ....................................................................................... 26  7.03 Compliance with Safety Program ............................................................................................... 27  Article 8 – City’s Observation Status During Construction ........................................................................... 27  8.01 City’s Project Representative ..................................................................................................... 27  8.02 Authorized Variations in Work .................................................................................................. 27  8.03 Rejecting Defective Work .......................................................................................................... 27  8.04 Determinations for Work Performed .......................................................................................... 28  Article 9 – Changes in the Work ..................................................................................................................... 28  9.01 Authorized Changes in the Work ............................................................................................... 28  9.02 Notification to Surety .................................................................................................................. 28  Article 10 – Change of Contract Price; Change of Contract Time ................................................................ 28  10.01 Change of Contract Price ............................................................................................................ 28  10.02 Change of Contract Time............................................................................................................ 28  10.03 Delays .......................................................................................................................................... 28  Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29  11.01 Notice of Defects ........................................................................................................................ 29  11.02 Access to Work ........................................................................................................................... 29  11.03 Tests and Inspections .................................................................................................................. 29  11.04 Uncovering Work ....................................................................................................................... 30  11.05 City May Stop the Work ............................................................................................................. 30  11.06 Correction or Removal of Defective Work ................................................................................ 30  11.07 Correction Period ........................................................................................................................ 30  11.08 City May Correct Defective Work ............................................................................................. 31  Article 12 – Completion .................................................................................................................................. 32  12.01 Contractor’s Warranty of Title ................................................................................................... 32  12.02 Partial Utilization ........................................................................................................................ 32  12.03 Final Inspection ........................................................................................................................... 32  12.04 Final Acceptance ......................................................................................................................... 33  Article 13 – Suspension of Work .................................................................................................................... 33  13.01 City May Suspend Work ............................................................................................................ 33  Article 14 – Miscellaneous .............................................................................................................................. 34  14.01 Giving Notice .............................................................................................................................. 34  CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times ................................................................................................................ 34  14.03 Cumulative Remedies ................................................................................................................. 34  14.04 Survival of Obligations ............................................................................................................... 35  14.05 Headings ...................................................................................................................................... 35  00 73 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw – City’s on-line, electronic document management and collaboration system. 5. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home-rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) -–A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract—The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents—Those items that make up the contract and which must include the Agreement, and it’s attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement 00 73 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non-Resident Bidder iii. Prequalification Statement c. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions l. Supplementary Conditions m. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project’s Contract Documents o. Drawings p. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor—The individual or entity with whom Developer has entered into the Agreement. 11. Day or day – A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer – An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance – The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. 00 73 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 16. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements—A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non-Participating Change Order—A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order—A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans – See definition of Drawings. 24. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Time. 25. Project—The Work to be performed under the Contract Documents. 26. Project Representative—The authorized representative of the City who will be assigned to the Site. 27. Public Meeting – An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions – That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions—That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 00 73 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 41. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non-Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word “defective,” when modifying the word “Work,” refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City’s written acceptance. C. Furnish, Install, Perform, Provide: 1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or the word “Supply,” or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 2 – PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non- Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 – CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non-Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 00 73 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. City’s or Engineer’s review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City’s written interpretation or clarification. ARTICLE 4 – BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor’s obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. The certificate of insurance shall document the City, an as “Additional Insured” on all liability policies. 2. The Contractor’s general liability insurance shall include a, “per project” or “per location”, endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor’s obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In 00 73 10- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage’s and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor’s insurance. 4.04 Contractor’s Insurance A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’ Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers’ Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers’ compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor’s employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”, defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor’s Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: ____________________________________________________________ Write the name of the railroad company. (If none, then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a “Right of Entry Agreement” with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor’s use of private and/or construction access roads crossing said railroad company’s properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, occupy, or touch railroad property: a. General Aggregate: _____________________________________ Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence: : _____________________________________ Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of- None None None 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company’s right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company’s property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor’s beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 – CONTRACTOR’S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor’s representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City’s written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and “Or-Equals” A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or “or-equal” item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an “or-equal” item, in which case review and approval of the proposed item may, in City’s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City’s sole discretion an item of material or equipment proposed by Contractor does not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or-equal” at Contractor’s expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre-qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Required for this Contract. (Check this box if there is any City Participation) Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City’s MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates Required for this Contract. Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City’s determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor’s responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor’s obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City’s safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any, with which City’s employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor’s designated safety representative at the Site. 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City’s review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City’s Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City’s review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City’s review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor’s warranty and guarantee. B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor’s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor’s obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.B. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional’s written approval when submitted to City. 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City’s review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City’s review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 6 – OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City’s employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City’s employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor’s Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor’s Work except for latent defects in the work provided by others. ARTICLE 7 – CITY’S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City’s Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7.03 Compliance with Safety Program While at the Site, City’s employees and representatives shall comply with the specific applicable requirements of Contractor’s safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City’s Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City’s representative during construction are set forth in the Contract Documents. A. City’s Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor’s executed Work. Based on information obtained during such visits and observations, City’s Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City’s Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City’s Project Representative’s efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City’s Project Representative’s visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City’s Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City’s Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City’s Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City’s written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 – CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 11 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor’s safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a “fail”, “did not pass” or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City’s written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor’s obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants, employees, and City’s other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City’s rights and remedies under this Paragraph 11.09. ARTICLE 12 – COMPLETION 12.01 Contractor’s Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 – SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 – MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. 01 11 00 - 1 DAP SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CPN 102794 Revised December 20, 2012 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PART 1 - 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. 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CPN 102794 Revised December 20, 2012 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. 01 11 00 - 3 DAP SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CPN 102794 Revised December 20, 2012 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 01 25 00 - 1 DAP SUBSTITUTION PROCEDURES Page 1 of 5 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised August 30, 2013 SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1 - 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: 01 25 00 - 2 DAP SUBSTITUTION PROCEDURES Page 2 of 5 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised August 30, 2013 a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 01 25 00 - 3 DAP SUBSTITUTION PROCEDURES Page 3 of 5 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised August 30, 2013 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. 4. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer’s opinion, acceptance will require substantial revision of the original design d. In the City’s or Developer’s opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION 01 25 00 - 4 DAP SUBSTITUTION PROCEDURES Page 4 of 5 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised August 30, 2013 Revision Log DATE NAME SUMMARY OF CHANGE EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: 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 PROJECT: DATE: 01 25 00 - 5 DAP SUBSTITUTION PROCEDURES Page 5 of 5 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised August 30, 2013 Address By Date Date Telephone For Use by City: Approved Rejected City Date Signature as noted Recommended Recommended Firm Not recommended Received late Remarks 01 31 19 - 1 DAP PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised August 30, 2013 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 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised August 30, 2013 d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request 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 l. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City’s representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 01 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised August 30, 2013 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 Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised August 30, 2013 01 32 33 - 1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 01 32 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] CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised August 30, 2013 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 33 00 - 1 DAP SUBMITTALS Page 1 of 8 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised August 30, 2013 SECTION 01 33 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 the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities 01 33 00 - 2 DAP SUBMITTALS Page 2 of 8 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised August 30, 2013 c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal crossreference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) “By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification 01 33 00 - 3 DAP SUBMITTALS Page 3 of 8 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised August 30, 2013 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 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City’s Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City’s Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 01 33 00 - 4 DAP SUBMITTALS Page 4 of 8 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised August 30, 2013 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 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 01 33 00 - 5 DAP SUBMITTALS Page 5 of 8 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised August 30, 2013 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) 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. 01 33 00 - 6 DAP SUBMITTALS Page 6 of 8 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised August 30, 2013 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 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. 01 33 00 - 7 DAP SUBMITTALS Page 7 of 8 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised August 30, 2013 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. 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 01 33 00 - 8 DAP SUBMITTALS Page 8 of 8 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised August 30, 2013 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 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 01 35 13 - 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised August, 30, 2013 1 SECTION 01 35 13 2 SPECIAL PROJECT PROCEDURES 3 PART 1 - 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 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 – General Requirements 24 3. Section 33 12 25 – Connection to Existing Water Mains 25 26 1.2 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 32 High Voltage Overhead Lines. 33 3. North Central Texas Council of Governments (NCTCOG) – Clean Construction 34 Specification 35 1.3 ADMINISTRATIVE REQUIREMENTS 36 A. Coordination with the Texas Department of Transportation 37 1. When work in the right-of-way which is under the jurisdiction of the Texas 38 Department of Transportation (TxDOT): 39 a. Notify the Texas Department of Transportation prior to commencing any work 40 therein in accordance with the provisions of the permit 01 35 13 - 2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised August, 30, 2013 1 b. All work performed in the TxDOT right-of-way shall be performed in 2 compliance with and subject to approval from the Texas Department of 3 Transportation 4 B. Work near High Voltage Lines 5 1. Regulatory Requirements 6 a. All Work near High Voltage Lines (more than 600 volts measured between 7 conductors or between a conductor and the ground) shall be in accordance with 8 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 9 2. Warning sign 10 a. Provide sign of sufficient size meeting all OSHA requirements. 11 3. Equipment operating within 10 feet of high voltage lines will require the following 12 safety features 13 a. Insulating cage-type of guard about the boom or arm 14 b. Insulator links on the lift hook connections for back hoes or dippers 15 c. Equipment must meet the safety requirements as set forth by OSHA and the 16 safety requirements of the owner of the high voltage lines 17 4. Work within 6 feet of high voltage electric lines 18 a. Notification shall be given to: 19 1) The power company (example: ONCOR) 20 a) Maintain an accurate log of all such calls to power company and record 21 action taken in each case. 22 b. Coordination with power company 23 1) After notification coordinate with the power company to: 24 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 25 lower the lines 26 c. No personnel may work within 6 feet of a high voltage line before the above 27 requirements have been met. 28 C. Confined Space Entry Program 29 1. Provide and follow approved Confined Space Entry Program in accordance with 30 OSHA requirements. 31 2. Confined Spaces include: 32 a. Manholes 33 b. All other confined spaces in accordance with OSHA’s Permit Required for 34 Confined Spaces 35 D. Use of Explosives, Drop Weight, Etc. 36 1. When Contract Documents permit on the project the following will apply: 37 a. Public Notification 38 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 39 prior to commencing. 40 2) Minimum 24 hour public notification in accordance with Section 01 31 13 41 E. Water Department Coordination 42 1. During the construction of this project, it will be necessary to deactivate, for a 43 period of time, existing lines. The Contractor shall be required to coordinate with 44 the Water Department to determine the best times for deactivating and activating 45 those lines. 01 35 13 - 3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised August, 30, 2013 1 2. Coordinate any event that will require connecting to or the operation of an existing 2 City water line system with the City’s representative. 3 a. Coordination shall be in accordance with Section 33 12 25. 4 b. If needed, obtain a hydrant water meter from the Water Department for use 5 during the life of named project. 6 c. In the event that a water valve on an existing live system be turned off and on 7 to accommodate the construction of the project is required, coordinate this 8 activity through the appropriate City representative. 9 1) Do not operate water line valves of existing water system. 10 a) Failure to comply will render the Contractor in violation of Texas Penal 11 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 12 will be prosecuted to the full extent of the law. 13 b) In addition, the Contractor will assume all liabilities and 14 responsibilities as a result of these actions. 15 F. Public Notification Prior to Beginning Construction 16 1. Prior to beginning construction on any block in the project, on a block by block 17 basis, prepare and deliver a notice or flyer of the pending construction to the front 18 door of each residence or business that will be impacted by construction. The notice 19 shall be prepared as follows: 20 a. Post notice or flyer 7 days prior to beginning any construction activity on each 21 block in the project area. 22 1) Prepare flyer on the Contractor’s letterhead and include the following 23 information: 24 a) Name of Project 25 b) City Project No (CPN) 26 c) Scope of Project (i.e. type of construction activity) 27 d) Actual construction duration within the block 28 e) Name of the contractor’s foreman and phone number 29 f) Name of the City’s inspector and phone number 30 g) City’s after-hours phone number 31 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 32 A. 33 3) Submit schedule showing the construction start and finish time for each 34 block of the project to the inspector. 35 4) Deliver flyer to the City Inspector for review prior to distribution. 36 b. No construction will be allowed to begin on any block until the flyer is 37 delivered to all residents of the block. 38 G. Public Notification of Temporary Water Service Interruption during Construction 39 1. In the event it becomes necessary to temporarily shut down water service to 40 residents or businesses during construction, prepare and deliver a notice or flyer of 41 the pending interruption to the front door of each affected resident. 42 2. Prepared notice as follows: 43 a. The notification or flyer shall be posted 24 hours prior to the temporary 44 interruption. 45 b. Prepare flyer on the contractor’s letterhead and include the following 46 information: 47 1) Name of the project 48 2) City Project Number 01 35 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised August, 30, 2013 1 3) Date of the interruption of service 2 4) Period the interruption will take place 3 5) Name of the contractor’s foreman and phone number 4 6) Name of the City’s inspector and phone number 5 c. A sample of the temporary water service interruption notification is attached as 6 Exhibit B. 7 d. Deliver a copy of the temporary interruption notification to the City inspector 8 for review prior to being distributed. 9 e. No interruption of water service can occur until the flyer has been delivered to 10 all affected residents and businesses. 11 f. Electronic versions of the sample flyers can be obtained from the Project 12 Construction Inspector. 13 H. Coordination with United States Army Corps of Engineers (USACE) 14 1. At locations in the Project where construction activities occur in areas where 15 USACE permits are required, meet all requirements set forth in each designated 16 permit. 17 I. Coordination within Railroad Permit Areas 18 1. At locations in the project where construction activities occur in areas where 19 railroad permits are required, meet all requirements set forth in each designated 20 railroad permit. This includes, but is not limited to, provisions for: 21 a. Flagmen 22 b. Inspectors 23 c. Safety training 24 d. Additional insurance 25 e. Insurance certificates 26 f. Other employees required to protect the right-of-way and property of the 27 Railroad Company from damage arising out of and/or from the construction of 28 the project. Proper utility clearance procedures shall be used in accordance 29 with the permit guidelines. 30 2. Obtain any supplemental information needed to comply with the railroad’s 31 requirements. 32 J. Dust Control 33 1. Use acceptable measures to control dust at the Site. 34 a. If water is used to control dust, capture and properly dispose of waste water. 35 b. If wet saw cutting is performed, capture and properly dispose of slurry. 36 K. Employee Parking 37 1. Provide parking for employees at locations approved by the City. 01 35 13 - 5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised August, 30, 2013 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 8/31/2012 D. Johnson 1.3.B – Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 01 35 13 - 6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised August, 30, 2013 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 01 35 13 - 7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised August, 30, 2013 1 EXHIBIT B 2 3 4 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 3 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised March 20, 2020 SECTION 01 45 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 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 3 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised March 20, 2020 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. 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] 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 3 of 3 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised March 20, 2020 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City’s document management system. 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised JULY 1, 2011 SECTION 01 50 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 or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City’s Project Representatives. 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised JULY 1, 2011 c. Coordination 1) Contact City 1 week before water for construction is desired d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City’s established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised JULY 1, 2011 D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 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] 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised JULY 1, 2011 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised July 1, 2011 SECTION 01 55 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. 01 55 26 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised July 1, 2011 a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. 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] 01 55 26 - 3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised July 1, 2011 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 57 13 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised July 1, 2011 SECTION 01 57 13 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 31 25 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 31 25 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 01 57 13 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised July 1, 2011 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 3926088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 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 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 01 33 00, except as stated herein. 01 57 13 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised July 1, 2011 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review 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 Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised March 20, 2020 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 SECTION 01 60 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: https://apps.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] CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised March 20, 2020 10 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 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 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 D.V. Magaña Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City’s website. 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised April 7, 2014 SECTION 01 66 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. 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised April 7, 2014 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer’s recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer’s recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City’s Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City’s Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers’ unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City’s Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City’s Project Representative. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 01 66 00 - 3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised April 7, 2014 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] 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised April 7, 2014 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised April 7, 2014 SECTION 01 70 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. 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised April 7, 2014 b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor’s operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor’s personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. 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 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised April 7, 2014 price per each “Specified Remobilization” in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Work Order Mobilization” in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 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] 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised April 7, 2014 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] 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 01 71 23 - 1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised February 14, 2018 1 SECTION 01 71 23 2 CONSTRUCTION STAKING AND SURVEY 3 PART 1 - 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 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised February 14, 2018 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 01 33 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 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised February 14, 2018 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. 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised February 14, 2018 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) 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised February 14, 2018 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 Shapefile (.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 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised February 14, 2018 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 .0.1ft 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. 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised February 14, 2018 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 any time 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 8/31/2017 M. Owen Added instruction and modified measurement & payment under 1.2; added 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. 2/14/2018 M Owen Removed “blue text”; revised measurement and payment sections for Construction Staking and As-Built Survey; added reference to selection compliance with TGC 2254; revised action and Closeout submittal requirements; added acceptable depth 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised February 14, 2018 measurement criteria; revised list of items requiring as-built survey “during” and “after” construction; and revised acceptable digital survey file format 1 01 74 23 - 1 DAP CLEANING Page 1 of 4 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised April 7, 2014 SECTION 01 74 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. 01 74 23 - 2 DAP CLEANING Page 2 of 4 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 01 74 23 - 3 DAP CLEANING Page 3 of 4 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised April 7, 2014 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. 6. Handle materials in a controlled manner with as few handlings as possible. 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] 01 74 23 - 4 DAP CLEANING Page 4 of 4 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised April 7, 2014 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 77 19 - 1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised April 7, 2014 SECTION 01 77 19 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. 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 01 77 19 - 2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised April 7, 2014 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 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses 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 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 01 77 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised April 7, 2014 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 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised April 7, 2014 SECTION 01 78 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 01 33 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 ½ inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised April 7, 2014 c. Text: Manufacturer’s printed data, or neatly typewritten d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. f. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. g. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised April 7, 2014 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. 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 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised April 7, 2014 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 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: 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised April 7, 2014 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 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 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised April 7, 2014 SECTION 01 78 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. 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised April 7, 2014 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. 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - 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] 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised April 7, 2014 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". 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 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 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102794 Revised April 7, 2014 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. 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 31 23 23 - 1 BORROW Page 1 of 5 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102794 Revised January 28, 2013 1 SECTION 31 23 23 2 BORROW 3 4 PART 1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Furnish, place and compact Borrow material for grading. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Identified Measurement and Payment 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 – General Requirements 13 3. Section 31 23 16 – Unclassified Excavation 14 4. Section 31 24 00 – Embankments 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Borrow by Plan Quantity 18 a. Measurement 19 1) Measurement for this Item shall be by the cubic yard in its final position 20 using the average end area method. Limits of measurement are shown on 21 the Drawings. 22 2) When measured by the cubic yard in its final position, this is a plans 23 quantity measurement Item. The quantity to be paid is the quantity shown 24 in the proposal, unless modified by Article 11.04 of the General 25 Conditions. Additional measurements or calculations will be made if 26 adjustments of quantities are required. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under “Measurement” will be paid for at the unit 30 price bid per cubic yard of “Borrow by Plan” for the various borrow 31 materials. No additional compensation will be allowed for rock or 32 shrinkage/swell factors, as these are the Contractor’s responsibility. 33 c. The price bid shall include: 34 1) Transporting or hauling material 35 2) Furnishing, placing, compacting and finishing Borrow 36 3) Construction Water 37 4) Dust Control 38 5) Clean-up 39 6) Proof Rolling 40 7) Disposal of excess or waste material 41 8) Reworking or replacement of undercut material 31 23 23 - 2 BORROW Page 2 of 5 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102794 Revised January 28, 2013 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. ASTM Standards 7 a. ASTM D2487, Standard Practice for Classification of Soils for Engineering 8 Purposes (Unified Soil Classification System) 9 b. ASTM D4318-10, Standard Test Methods for Liquid Limit, Plastic Limit, and 10 Plasticity Index of Soils 11 c. ASTM D6913, Standard Test Methods for Particle-Size Distribution 12 (Gradation) of Soils Using Sieve Analysis 13 d. ASTM D698, Standard Test Methods for Laboratory Compaction 14 Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 15 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 16 1.5 SUBMITTALS 17 A. Submittals shall be in accordance with Section 01 33 00. 18 B. All submittals shall be approved by the City prior to construction. 19 C. Submit laboratory tests reports for each soil borrow source used to supply general 20 borrow and select fill materials. 21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 22 A. Shop Drawings 23 1. Stockpiled Borrow material 24 a. Provide a description of the storage of the delivered Borrow material only if the 25 Contract Documents do not allow storage of materials in the right-of-way of the 26 easement. 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Borrow material shall be tested prior to delivery to the Site. 31 1. Provide Proctor Test results, Gradation and Atterberg Limits for Borrow material 32 from each source. 33 a. All testing listed above shall be performed in terms of ASTM D698, ASTM 34 D6913 and ASTM D4318-10 respectively. 35 1.10 DELIVERY, STORAGE, AND HANDLING 36 A. Delivery 37 1. Coordinate all deliveries and haul-off. 38 B. Storage 39 1. Within Existing Rights-of-Way (ROW) 31 23 23 - 3 BORROW Page 3 of 5 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102794 Revised January 28, 2013 1 a. Borrow materials may be stored within existing ROW, easements or temporary 2 construction easements, unless specifically disallowed in the Contract 3 Documents. 4 b. Do not block drainage ways, inlets or driveways. 5 c. Provide erosion control in accordance with Section 31 25 00. 6 d. Store materials only in areas barricaded as provided in the traffic control plans. 7 e. In non-paved areas, do not store material on the root zone of any trees or in 8 landscaped areas. 9 2. Designated Storage Areas 10 a. If the Contract Documents do not allow the storage of Borrow materials within 11 the ROW, easement or temporary construction easement, then secure and 12 maintain an adequate storage location. 13 b. Provide an affidavit that rights have been secured to store the materials on 14 private property. 15 c. Provide erosion control in accordance with Section 31 25 00. 16 d. Do not block drainage ways. 17 e. Only materials used for 1 working day will be allowed to be stored in the work 18 zone. 19 1.11 FIELD CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 OWNER-FURNISHED [NOT USED] 23 2.2 PRODUCT TYPES AND MATERIALS 24 A. Borrow 25 1. Additional soil beneath pavements, roadways, foundations and other structures 26 required to achieve the elevations shown on the Drawings. 27 2. Acceptable Fill Material 28 a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with 29 ASTM D2487 30 b. Free from deleterious materials, boulders over 6 inches in size and organics 31 c. Can be placed free from voids 32 d. Must have 20 percent passing the number 200 sieve 33 3. Blended Fill Material 34 a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 35 b. Blended with in-situ or imported Acceptable Fill material to meet the 36 requirements of an Acceptable Fill Material 37 c. Free from deleterious materials, boulders over 6 inches in size and organics 38 d. Must have 20 percent passing the number 200 sieve 39 4. Select Fill 40 a. Classified as SC or CL in accordance with ASTM D2487 41 b. Liquid limit less than 35 42 c. Plasticity index between 8 and 20 43 5. Cement Stabilized Sand (CSS) 31 23 23 - 4 BORROW Page 4 of 5 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102794 Revised January 28, 2013 1 a. Sand or silty sand 2 b. Free of clay or plastic material 3 c. Minimum of 4 percent cement content of Type I/II portland cement 4 d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM 5 D1633, Method A 6 e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM 7 D1633, Method A 8 f. Mix in a stationary pug mill, weigh-batch or continuous mixing plant 9 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 10 2.4 ACCESSORIES [NOT USED] 11 2.5 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION [NOT USED] 16 3.4 INSTALLATION 17 A. All Borrow placement shall be performed in accordance to Section 31 24 00. 18 3.5 REPAIR [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL 21 A. Field quality control will be performed in accordance to Section 31 24 00. 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES [NOT USED] 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification 31 23 23 - 5 BORROW Page 5 of 5 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102794 Revised January 28, 2013 1/28/13 D. Johnson 1.2 – Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 1 31 24 00 - 1 EMBANKMENTS Page 1 of 9 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102794 Revised January 28, 2013 1 SECTION 31 24 00 2 EMBANKMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Transporting and placement of Acceptable Fill Material within the boundaries of 7 the Site for construction of: 8 a. Roadways 9 b. Embankments 10 c. Drainage Channels 11 d. Site Grading 12 e. Any other operation involving the placement of on-site materials 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. Identified Measurement and Payment 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 – General Requirements 18 3. Section 31 23 16 – Unclassified Excavation 19 4. Section 31 23 23 – Borrow 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Embankments by Plan Quantity 23 a. Measurement 24 1) Measurement for this Item shall be by the cubic yard in its final position 25 using the average end area method. Limits of measurement are shown on 26 the Drawings. 27 2) When measured by the cubic yard in its final position, this is a plans 28 quantity measurement Item. The quantity to be paid is the quantity shown 29 in the proposal, unless modified by Article 11.04 of the General 30 Conditions. Additional measurements or calculations will be made if 31 adjustments of quantities are required. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under “Measurement” will be paid for at the unit 35 price bid per cubic yard of “Embankment by Plan”. No additional 36 compensation will be allowed for rock or shrinkage/swell factors, as these 37 are the Contractor’s responsibility. 38 c. The price bid shall include: 39 1) Transporting or hauling material 40 2) Placing, compacting, and finishing Embankment 41 3) Construction Water 42 4) Dust Control 31 24 00 - 2 EMBANKMENTS Page 2 of 9 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102794 Revised January 28, 2013 1 5) Clean-up 2 6) Proof Rolling 3 7) Disposal of excess materials 4 8) Reworking or replacement of undercut material 5 1.3 REFERENCES 6 A. Reference Standards 7 1. Reference standards cited in this specification refer to the current reference standard 8 published at the time of the latest revision date logged at the end of this 9 specification, unless a date is specifically cited. 10 2. ASTM Standards 11 a. ASTM D4318-10, Test Procedure for Determining Liquid Limit, Plastic Limit, 12 and Plasticity Index of Soils 13 b. ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the 14 Wax Method 15 c. ASTM D698-07e1, Standard Test Methods for Laboratory Compaction 16 Characteristics of Soil Using Standard Effort 17 d. ASTM D1557-09, Standard Test Methods for Laboratory Compaction 18 Characteristics of Soil Using Modified Effort 19 e. ASTM D7382-08, Standard Test for Determination of Maximum Dry Unit 20 Weight and Water Content Range for Effective Compaction of Granular Soils 21 Using a Vibrating Hammer 22 f. ASTM D1556-07, Standard Test for Density and Unit Weight of Soil In-Place 23 by the Sand Cone Method 24 1.4 ADMINSTRATIVE REQUIREMENTS 25 A. Sequencing 26 1. Sequence work such that calls of proctors are complete in accordance with ASTM 27 D698 prior to commencement of construction activities. 28 1.5 SUBMITTALS 29 A. Submittals shall be in accordance with Section 01 33 00. 30 B. All submittals shall be approved by the City prior to construction 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Shop Drawings 33 1. Stockpiled material 34 a. Provide a description of the storage of the excavated material only if the 35 Contract Documents do not allow storage of materials in the right-of-way or the 36 easement 31 24 00 - 3 EMBANKMENTS Page 3 of 9 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102794 Revised January 28, 2013 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING 5 A. Storage 6 1. Within Existing Rights-of-Way (ROW) 7 a. Soil may be stored within existing ROW, easements or temporary construction 8 easements, unless specifically disallowed in the Contract Documents. 9 b. Do not block drainage ways, inlets or driveways. 10 c. Provide erosion control in accordance with Section 31 25 00. 11 d. When the Work is performed in active traffic areas, store materials only in 12 areas barricaded as provided in the traffic control plans. 13 e. In non-paved areas, do not store material on the root zone of any trees or in 14 landscaped areas. 15 2. Designated Storage Areas 16 a. If the Contract Documents do not allow the storage within the ROW, easement 17 or temporary construction easement, then secure and maintain an adequate 18 storage location. 19 b. Provide an affidavit that rights have been secured to store the materials on 20 private property. 21 c. Provide erosion control in accordance with Section 31 25 00. 22 d. Do not block drainage ways. 23 1.11 FIELD CONDITIONS 24 A. Existing Conditions 25 1. Any data which has been or may be provided on subsurface conditions is not 26 intended as a representation or warranty of accuracy or continuity between soils. It 27 is expressly understood that neither the City nor the Engineer will be responsible 28 for interpretations or conclusions drawn there from by the Contractor. 29 2. Data is made available for the convenience of the Contractor. 30 1.12 WARRANTY [NOT USED] 31 PART 2 - PRODUCTS 32 2.1 OWNER-FURNISHED [NOT USED] 33 2.2 PRODUCT TYPES AND MATERIALS 34 A. Materials 35 1. Acceptable Fill Material 36 a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with 37 ASTM D2487 38 b. Free from deleterious materials, boulders over 6 inches in size and organics 39 c. Can be placed free from voids 40 d. Must have 20 percent passing the number 200 sieve 31 24 00 - 4 EMBANKMENTS Page 4 of 9 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102794 Revised January 28, 2013 1 2. Blended Fill Material 2 a. In-situ soils classified as GW, GP, GM, SW, SP, or SM in accordance with 3 ASTM D2487 4 b. Blended with in-situ or imported acceptable backfill material to meet the 5 requirements of an Acceptable Backfill Material 6 c. Free from deleterious materials, boulders over 6 inches in size and organics 7 d. Must have 20 percent passing the number 200 sieve 8 3. Unacceptable Fill Material 9 a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 10 D2487 11 4. Select Fill 12 a. Classified as SC or CL in accordance with ASTM D2487 13 b. Liquid limit less than 35 14 c. Plasticity index between 8 and 20 15 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 16 2.4 ACCESSORIES [NOT USED] 17 2.5 SOURCE QUALITY CONTROL [NOT USED] 18 PART 3 - EXECUTION 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION 22 A. Protection of In-Place Conditions 23 1. Pavement 24 a. Conduct activities in such a way that does not damage existing pavement that is 25 designated to remain. 26 b. Repair or replace any pavement damaged due to the negligence of the 27 contractor outside the limits designated for pavement removal at no additional 28 cost 29 2. Trees 30 a. When operating outside of existing ROW, stake permanent and temporary 31 construction easements. 32 b. Restrict all construction activities to the designated easements and ROW. 33 c. Flag and protect all trees designated to remain in accordance with Section 31 10 34 00. 35 d. Conduct embankments in a manner such that there is no damage to the tree 36 canopy. 37 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 38 specifically allowed by the City. 39 1) Pruning or trimming may only be accomplished with equipment 40 specifically designed for tree pruning or trimming. 41 3. Above ground Structures 42 a. Protect all above ground structures adjacent to the construction. 31 24 00 - 5 EMBANKMENTS Page 5 of 9 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102794 Revised January 28, 2013 1 4. Traffic 2 a. Maintain existing traffic, except as modified by the traffic control plan, and in 3 accordance with Section 34 71 13. 4 b. Do not block access to driveways or alleys for extended periods of time unless: 5 1) Alternative access has been provided 6 2) Proper notification has been provided to the property owner or resident 7 3) It is specifically allowed in the traffic control plan 8 3.4 INSTALLATION 9 A. Embankments General 10 1. Placing and Compacting Embankment Material 11 a. Perform fill operation in an orderly and systematic manner using equipment in 12 proper sequence to meet the compaction requirements 13 b. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least 14 6 inches, unless otherwise shown on the Drawings 15 c. Place fill on surfaces free from trees, stumps, roots, vegetation, or other 16 deleterious materials 17 d. Bench slopes before placing material. 18 e. Begin filling in the lowest section or the toe of the work area 19 f. When fill is placed directly or upon older fill, remove debris and any loose 20 material and proof roll existing surface. 21 g. After spreading the loose lifts to the required thickness and adjusting its 22 moisture content as necessary, simultaneously recompact scarified material 23 with the placed embankment material. 24 h. Roll with sufficient number passes to achieve the minimum required 25 compaction. 26 i. Provide water sprinkled as necessary to achieve required moisture levels for 27 specified compaction 28 j. Do not add additional lifts until the entire previous lift is properly compacted. 29 2. Surface Water Control 30 a. Grade surface horizontally but provide with sufficient longitudinal and 31 transverse slope to allow for runoff of surface water from every point. 32 b. Conduct fills so that no obstruction to drainage from any other sections of fill is 33 created. 34 c. Install temporary dewatering sumps in low areas during filling where excess 35 amounts of runoff collect. 36 d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and 37 free from humps and hollows that would prevent proper uniform compaction. 38 e. Do not place fill during or shortly after rain events which prevent proper work 39 placement of the material and compaction 40 f. Prior to resuming compaction operations, remove muddy material off the 41 surface to expose firm and compacted materials 42 B. Embankments for Roads 43 1. Only Acceptable Fill Material will be allowed for roadways 44 2. Embankments for roadbeds shall be constructed in layers approximately parallel to 45 the finished grade of the street 46 3. Construct generally to conform to the cross section of the subgrade section as 47 shown in the Drawings. 31 24 00 - 6 EMBANKMENTS Page 6 of 9 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102794 Revised January 28, 2013 1 4. Establish grade and shape to the typical sections shown on the Drawings 2 5. Maintain finished sections of embankment to the grade and compaction 3 requirements until the project is accepted. 4 C. Earth Embankments 5 1. Earth embankment is mainly composed of material other than rock. Construct 6 embankments in successive layers, evenly distributing materials in lengths suited 7 for sprinkling and rolling. 8 2. Rock or Concrete 9 a. Obtain approval from the City prior to incorporating rock and broken concrete 10 produced by the construction project in the lower layers of the embankment. 11 b. No Rock or Concrete will be permitted in embankments in any location where 12 future utilities are anticipated. 13 c. When the size of approved rock or broken concrete exceeds the layer thickness 14 place the rock and concrete outside the limits of the proposed structure or 15 pavement. Cut and remove all exposed reinforcing steel from the broken 16 concrete. 17 3. Move the material dumped in piles or windrows by blading or by similar methods 18 and incorporate it into uniform layers. 19 4. Featheredge or mix abutting layers of dissimilar material for at least 100 feet to 20 ensure there are no abrupt changes in the material. 21 5. Break down clods or lumps of material and mix embankment until a uniform 22 material is attained. 23 D. Rock Embankments 24 1. Rock embankment is mainly composed of rock. 25 2. Rock Embankments for roadways are only allowed when specifically designated on 26 the Drawings. 27 3. Construct rock embankments in successive layers for the full width of the roadway 28 cross-section with a depth of 18-inches or less. 29 4. The layer depth for large rock sizes shall not exceed a depth of 18-inches in any 30 case. Fill voids created by the large stone matrix with smaller stones during the 31 placement and filling operations. 32 5. Ensure the depth of the embankment layer is greater than the maximum dimension 33 of any rock. 34 6. Do not place rock greater than 18-inches in its maximum dimension. 35 7. Construct the final layer with graded material so that the density and uniformity is 36 in accordance compaction requirements. 37 8. The upper or final layer of rock embankments shall contain no material larger than 38 4 inches in their maximum dimension. 39 E. Density 40 1. Compact each layer until the maximum dry density as determined by ASTM D698 41 is achieved. 42 a. Not Under Roadway or Structure: 43 1) areas to be compacted in the open, not beneath any structure, pavement, 44 flatwork, or is a minimum of 1foot outside of the edge of any structure, 45 edge of pavement, or back of curb. 31 24 00 - 7 EMBANKMENTS Page 7 of 9 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102794 Revised January 28, 2013 1 a) Compact each layer to a minimum of 90 percent Standard Proctor 2 Density. 3 b. Embankments under future paving: 4 1) Compact each layer to a minimum of 95 percent standard proctor density 5 with a moisture content not to exceed +4 percent or -2 percent of optimum 6 moisture or as indicated on the Drawings 7 c. Embankments under structures: 8 1) Compacted each layer as indicated on the Drawings 9 F. Maintenance of Moisture and Reworking 10 1. Maintain the density and moisture content once all requirements are met. 11 2. For soils with a PI greater than 15, maintain the moisture content no lower than 4 12 percentage points below optimum. 13 3. Rework the material to obtain the specified compaction when the material loses the 14 required stability, density, moisture, or finish. 15 4. Alter the compaction methods and procedures on subsequent work to obtain 16 specified density as directed by the City. 17 3.5 REPAIR [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD QUAILITY CONTROL 20 A. Field Tests and Inspections 21 1. Proctors 22 a. The City will perform Proctors in accordance with ASTM D698. 23 b. Test results will generally be available to within 4 calendar days and distributed 24 to: 25 1) Contractor 26 2) City Project Manager 27 3) City Inspector 28 4) Engineer 29 c. Notify the City if the characteristic of the soil changes. 30 d. City will perform new proctors for varying soils: 31 1) When indicated in the geotechnical investigation in the Appendix 32 2) If notified by the Contractor 33 3) At the convenience of the City 34 e. Embankments where different soil types are present and are blended, the 35 proctors shall be based on the mixture of those soils. 36 2. Proof Rolling 37 a. Embankments under Future Pavement 38 1) City Project Representative must be on-site during proof rolling operations. 39 2) Use equipment that will apply sufficient load to identify soft spots that rut 40 or pump. 41 a) Acceptable equipment includes fully loaded single-axle water truck 42 with a 1500 gallon capacity. 43 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 44 4) Offset each trip by at most 1 tire width. 45 5) If an unstable or non-uniform area is found, correct the area. 31 24 00 - 8 EMBANKMENTS Page 8 of 9 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102794 Revised January 28, 2013 1 6) Correct 2 a) Soft spots that rut or pump greater than 3/4 inch. 3 b) Areas that are unstable or non-uniform 4 7) If a non-uniform area is found then correct the area. 5 b. Embankments Not Under Future Paving 6 1) No Proof Rolling is required. 7 3. Density Testing of Embankments 8 a. Density Test shall be in conformance with ASTM D2922. 9 b. For Embankments under future pavement: 10 1) The City will perform density testing twice per working day when 11 compaction operations are being conducted. 12 2) The testing lab shall take a minimum of 3 density tests, but the number of 13 test shall be appropriate for the area being compacted. 14 3) Testing shall be representative of the current lift being compacted. 15 4) Special attention should be placed on edge conditions. 16 c. For Embankments not under future pavement or structures: 17 1) The City will perform density testing once working day when compaction 18 operations are being conducted. 19 2) The testing lab shall take a minimum of 3 density tests. 20 3) Testing shall be representative of the current lift being compacted. 21 d. Make the area where the embankment is being placed available for testing. 22 e. The City will determine the location of the test. 23 f. The City testing lab will provide results to Contractor and the City’s Inspector 24 upon completion of the testing. 25 g. A formal report will be posted to the City’s Buzzsaw site within 48 hours. 26 h. Test reports shall include: 27 1) Location of test by station number 28 2) Time and date of test 29 3) Depth of testing 30 4) Field moisture 31 5) Dry density 32 6) Proctor identifier 33 7) Percent Proctor Density 34 B. Non-Conforming Work 35 1. All non-conforming work shall be removed and replaced. 36 3.8 SYSTEM STARTUP [NOT USED] 37 3.9 ADJUSTING [NOT USED] 38 3.10 CLEANING [NOT USED] 39 3.11 CLOSEOUT ACTIVITIES [NOT USED] 40 3.12 PROTECTION [NOT USED] 41 3.13 MAINTENANCE [NOT USED] 42 3.14 ATTACHMENTS [NOT USED] 43 END OF SECTION 31 24 00 - 9 EMBANKMENTS Page 9 of 9 CITY OF FORT WORTH Waterside Townhomes Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102794 Revised January 28, 2013 1 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2 – Added possible measurement and payment procedures and Blue text for instructions on how the methods should be applied 2.2.2.a added GW and SW material classifications 1/28/13 D. Johnson 1.2 – Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC 6.06.D Minority and Women Owned Business Enterprise Compliance GC 6.07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements Waterside Townhomes Phase 1 CPN 102794 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK Waterside Townhomes Phase 1 CPN 102794 �� � , � � � Benbraok-Mistletbe 138kv p-104fl 2016-0271 RR �-a�t��a� STREET OR R�AD RIGHT OF WAY EASEMENT STATE OF TEXAS § § KN�W ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT § That, �ncor Electric Delivery Cornpany LLC, a Delaware limited liability company, whethar one or more, hereinafter called "Granfor", for no consider�tion bu# as a gift to the City of Fort Worth, Tarrant County, Texas, whetFter one ar more, hereinafter called "Grantee", has GRANT�D AND CONVEYED, and by these presents does hereby GRANT AND GONVEY unta said Grantee its successors and assigns, for so long as the hereinafter descrlbed prop�riy is used for street,or road purposes, and subject to the reservations hereinafter set forth, a RIGHT OF WAY EASEMENT, (the "Easement"} on a11 that tract or parcel of land more particularly described in Exhibi# °a" attached hereta and made a part hereof for all purposes. SUBJECT TO {a) all presenkly recorded easements, rights-of way and prescriptive rights, pertaining to any portion af the Easement; (b) all presently recorded and validly existing ail, gas, and mineral interests, rights of development or leases, royalty reservations, and/or other oil, gas and other minera( interesf severances of any kind; (c) all presently recorded covenants, terms, conditions, contracts, provisions, zoning ordinances or other items, ta the extent tnat same are efFective as to the Easemerrt; (d} all presently recorded instruments �other than liens and conveyances by, through or under Grantor) that affect the Property; and (e) any conditions that would be revealed by a physical inspection and/or survay af #he Property. Grantor reserves the right to use the Easement for one or mare electric power lines and communication lines, each cdnsisting of a variable number of wires� and all necessary and desirable appurtenances and attachments, including poles, H-frames, metal towers, guy wires, and guy anchorages, aver, acrass, under and upon the land herein canveyed, together with the right of ingress and egress over and along such land for the purposes of constructi�g, operating, improving, reconstructing, repairing, relocating, inspecting, patrolling, maintaining, and removing such eleetric pawer and communication lines a5 Grantor may frorn time to time find necessary, convenient or desirable to erect therean, pravided such use does not unreasonably interfere with Grantee's use of the Easementfor street or raad purpases. Grantor shall have the right to trim and cut down trees and shrubbery to the extent that, in the sole judgment of the Grantar, is necessary to prevent possible interference with the 1(,e#un to: STREET OR ROAG GEDfCAT10N pBH� Page 1 Oncor Electric Delivery Gompany Right of Way Services Aitn: Laura DeLaPax 115 W. 7th Street, Suite 5Q5 �prk Y�(artl�, TX 7'�19� aperation of any of said lines or ta remove possible hazards thereto; and the right to remave or prevent the canstruction on such land of any or all buildings, structures, and obstructi�ns, other than a street. if any such buildings, structures, or obstructions are constructed or permitted by Grante� to exist on the land withput prioc written consent of Grantor, then the Grantor shaEl have ihe right to remove sam� and Grantee agrees to pay to Grantor the reasonable cost of such removal. This easement, subject to all liens of record, is granted upon the contlitians that the street or road to be constructed shall be maintained and aperated by Grantee at no expense to Grantor, and Grantor shall not be responsible for any cost af canstruction, reconstruction� operatian, maintenance, or rernoval af the road or street. Grantee agrees that Grantor will nat be assessed for any costs of paving said street or raad. Grantee further agrees thaf should Grantor be required to remove, relocate, or reconstruct any towers, pales, efectric lines, or ather facilities si�uated an the herein described land as a result of this conveyance, paving, or other improVements thereon and thereto by Grantee, Grantee shall bear the cost of such relocation, removal, ar reconstruction. TO HAVE AND T� HOLD the above-described prernises, together with all and singular the rights and appurtenances thereta in anywise belonging unto Grantee, its successors and assigns� for so long as the above-described properly is used far strest ar road purposes. When such property ceases ta be used for street or road purposes, it shaU immediately revert to and vest in Grantor, its suceessors and assigns; AND Grantor does h�reby bind itself, its successors and assigns, to WARRANT AND FOREVER DEFEND all and singular the above-described premises unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or fo claim the same ur any part thereof, by, #hrough, ar under Grantor, but not otherwise. Signatures on the following pages: STREHT OR ROAD GEOICATION D@�[1 P��4 z 7 C da o �G?a ��� , 2016 EXECUTED this the f Y f STATE OF TEXAS COUNTY OF TARRANT Grantor: Oncor E[ectric Delivery Campany LLC / By: d � Name: Dennis Patton Title: Attarnewln-Fact BEFORE ME, the undersigned auihority, on this day personally appeared Dennis L. Patton, Attarney in Fact of Oncor Ele�tric Delivery Company LLC, known to m� to be the person whose name is subscri6e� to the foregoing instxument and acknowledged to me that he executed the same as the act and deed of ancor Electric Delivery Company LLC, and for the purposes and consideration therein expressed and in the capaciky therein stated, and that he was authorized to do so. -t �, G1VEN UNDER MY HAND AND SEAL OF �FFICE this � day af ���}�„� _, A.D.2016 ...=�-, ti�����Y'r'��,, . MANDY M. SMITH , tiP B G �_ �:Notary Public, State of Texas =�a ��P� Comm. Expi�es 06-02-2020 �'%i;,°°1,��`�� Notary ID 124437063 i\ — Notary u i'n and or the St�te of Texas 6TRflET OR R�Ab dEdtCATION blEO �a�� 3 EXECUTED this the �day of �C I� J , z�1 � GRANTEE: City Of Fort WortF� ��.. ��i.o �i»���i . ` ,<<' �� .�,._, � - Title: 4� � Y�,,�a � .1..� �,,,�. �- (�� �j Si'ATE t7F TEXAS CQUNTY OF TARRANT § � § `�.j� . �e >5� ��� S�. � 5,,�.��, � ��5 � ,.�,.,� ��j '�� S�$E ORE ME, the nder i ned autho 'ty, on this day personalty appeared (� , as rd �I�wr � �f the City of Fort Warth, known ta me to be the person whose name is su scr ed to fhe foregoing instrument and acknowledged to me that he/she executed the same as the aat and deed of the City of Fart Worth and for the purposes and consideratian therein expressed and in the capacity therein stated, and that helshe was authorized to do so. GIVEN UNDER MY HAND AND SEAL OF OFFICE this y day of � G�-1'�l�y�,r , A.D.24'16 � a�ra' "a�r� LEO SUMNER * � k Mot2ty Ru�lic STATE OF TEX�1S Nl'} oF s�+Try hiy Comm. Exp. tiAay 10, 2018 Natary Public in and for the State of Texas STREET QR ROAD D�OICATION DfiEO ei��� A L�GEND � P.O.B, = p�INT OF 6EGINNING � P.O.C. = P�INT OF COMMENC(NG IRR =1RON ROD R$COVEREO I P,R.T.C.T. = PLAT RECORDS, TARRAhIT COUNTY; TEXAS � O,Y.R,T,C,7. = QFFICIAC PUBLlC RECOROS, � TARRAN7 COUNTY, TEXAS I N07ES All �eartngs ehovm are based on grtd norlh pf lhe I � Texes Caofdfnate Syslem nf 7083, Narth Ceniral � ��g zone (4202), Norlh Amarican Dalum of 188�. NI � dlmenslons choem e�e ground dfstances. , / � c�.'i � z �� j & � � � � � � }. MPROXIh1AFECEtfTEfiCIMlE a w U LOCATION OF J2' � f" TEXIVSELECTHICSERVICE I W W � U Aa., COh1PM�Y EASEM°��I' � U � a� NOL. �558. P0. 418� d.P.a.T.C,T. �N��'�� S71°12'31"E .� �I 75.OQ' 0� �U•�- W N � � E�o � o � � � I Oa' c� co o, Z � a�o / F � 0.138 ACRES ¢ 6,0�0 SQ. FT. �� i� � �� c� / �yoQ� � w u,,• : UI � yU�4m tc � � �� � �l ���o f� m Iz � � ' CONCRE7'E futONUM�NT FOUND � /� /� HOMH // 0 76 16� Na iN GWIPHICSCALEINFEE7 LOT'i, BLOCK � � WATERSIO� ADDITI�N COU�TY Ci.ERK bOCUMENT NO. �214288853 � oPRrcr : '�?$O��` , � � P.O,G. � �1 AR��E � �-�.. � �� /�N V � I.OT 1, BLOCK F � � WA7�RSIQE ADDITfON ��' a COUNTY CLERK DOCUINENi N0. D2iA269853 / � � oPRTcr % � ` r G) I��q ^ MpNo•POI.E � ` '� Naz°s7�54°w � 63.57' P.O.B. —S18°47'29"W pp�710N OF PMASE 3 TRACT 1 80.00' 15,t31 ACRES TO 2'31'`W FW WA7ERSIpE LANd tLC : c� /�•uU� COUNTY GLERK DOGUME�IT N0. � D219224895 pPRTCT o� NCONCRE7E MONUMENT FOUND LoT 1•R, HLOCK 5 �~ "'� �. COUMTRY DAY MEAOOWS (VaL, 389-156, P0. 73j ' (INST. N0. R182538154) O.P.Fl.T.C,T. � EXHI�IT A STREET OR R�AD RIGHT OF � - TRANShitSSION To�R WAY EASEMENT EVAN H, BURKE SURVEY, ABSTRACT NO, �(60 CITY �F FORT WORTH, TARRANT COUNTY, TEXAS ��� LEGAL DESCRIPTIOIJ BEING a traaE of land slluated in the Evan H. Surke Survey, Abstrack Ho.1B0, Cily of Fort Worth, Tarrant Counly, Texas; and befig part of a fraat of land descrlbed In Warranly Deed lo Texas Eleclrlc Service Cnmpany recarded in Volume 2587, Page 72 af !he Official Public Racards of Tarrant County, Texas; and Being more parllcularly descrfbed as fallows: COMMENCINGat a capped Sl8" Iron rod recovered marked "KHA° for the narihwest comer oi Lot 1 In Block F of WAiERS1bE ADDITlON an addition la the Ci(y of Fart Warlh, Tarranl County, Texas accarding ta lhe plat Ihereof reoorded ln Caunly Clerks [7acument No. D21426�J853 nf sald OfRclai Public Records and heln� in the east Iine of said Texas Electric Servlce Company Iracl, and then run South 18°4T29" West, along sald east Ilne of the Texas Electrlc Servlce Company tract and Iha west Ilne of satd I.ot 1, pass at 3d2.68 feel the soufhwest come� of safd Lat 1 and being In thA Westetty line of Phase 3, 7ract 1, be(ng a 15.131 acre Iract of I�nd described In lhe deed to FW Waterside Land, I.LC as recorded In Gaunty Cterks Document No. D214224895 of sald Official Publ(c Recotds, conUauing In all a dislance of 499.38 feei lo th� nortf�east a�d BEGINNIN4 comer of Iract b�ing described. THENCE Soulh 18°47'29" West, contlnuing wilh sald aast line of the Texas Electrlc 6ervlce Campany tract and sald west ilne uf 16.131 acre tract, a dislance af 80.00 feet to a paint for carner; TFfENCE North 7i°i2'31" West, departing said east line of the Texas Eleclric Service �ompany tract end satd wast Ilne oF 15.�31 acre lract, a d(stance of 75.00 feet to a pofnt for camer In the west line oF sald 7exas Eleclric Sarrrlce Company tract and being (n tha east ifne of Phase 3, Tract 2, being a 18,276 acre tract of land descrlbed !n the deed to FW Waterside Land, [.LC es recorded In County Clerks Dacument No. D214224895 of said QFFielal Public Records, TH�NCH No�ih 18°47'28" Eask, wlth sa(d west Ilne of lhe Texas Elecl�ic Servlce Campany tract and sa(d east line of 18.276 acre Iraci, a dlsfance oF SQ.00 feeE to a point fbr corner, 1'HENC� South 71 °12'31" �ast, departing safd wesf Iine of the Texas Elentric Serrrfce Company tract and sald east line of 18,27fi acre t[act, a dislance of 75.00 feet to Ihe P01Ni' OF B�GINNfNG and contalning 6,000 square feel or 0,136 acres of land. All bearings slia�n are based on grld norlh of lhe Texas Coardinate System of 1983, Norlh Cenfral Zone (9202), NorEh Amertcan Datum of 1983. All dEmensions shown are ground distances. �•r� JAMES PAUL WARD FiEGIS7ERED f'ROF�SSIONAL LAND SURVEYOFi NO. 5606 801 CFI�RRY STR�ET, 1Jh11T 11 SUlTE 950 FORT WORTH, TEXAS 76102 Phl. B�7-335-6$11 paul,ward@kimley-harn.com � ...,......�� ................... JAMES pAUL V�1ARD .....,.,�,.,,�......�.. �'• � 5606 � �9A��F�SS1����04 �Y''�� �,.. �..� �1 � 5UR`�� �� EXHIBlT A STREET UR R�AD RlGHT �F WA`( EASEMENl' 'AN H. �URKE SURVEY, ABS7RACT N0,1fi0 CITY OF FORT WQRTH, TARRANT COUNTY, T�XAS q ����� ��� ���� wtcn�rtysuu�,uNZu,row� r.6llo.(4TI)77S-0511 FatY.'�M.T�ns 76102 - FIPRIr IaI1SS�Q wx,v.Umlfyhom.wm �•�•��� I fl'A ITI077 , _ __� MARY LOUISE GARCIA COUNTY CLERK �,��" *••� . . t' . r� �. :4 r 1001Nest WeatherfoCd Fort Worth, TX 76196-0401 s� E �r�"�a ..- e i�� ' - *''•�+�:�•• •' PHONE (817) 884-1195 ONCOR ELECTRIC DELIVERY COMPANY LLC 115 W 7TH STREET STE 505 FT WORTH, TX 76102 Submitter: ONCOR ELECTRIC dELIVERY COMPANY LLC DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD. Filed For Registration: 101�0/2016 12;20 PM Instrument #: D216246428 OPR 7 PGS By: ���-{�ilzu.dE'Cy� usrs D216246428 $36.00 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DE$CRIBED REAL PROPERTY BE6AUSE OF COLOR �R RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW.. D221323429 11/04/2021 08:29 AM Page: 1 of 11 Fee: $59.00 Submitter: COFW CFA OFFICE Electronically Recorded by Tarrant County Clerk in Official Public Records -���,� MARY LOUISE NICHOLSON COUNTY CLERK Benbrook — Mistletoe 138 KV line D-1040 2021-3518CW STATE OF TEXAS COUNTY OF TARRANT EASEMENT AND RIGHT OF WAY , KNOW ALL MEN BY THESE PRESENTS That ONCOR ELECTRIC DELIVERY COMPANY LLC, a Delaware limited liability company, hereinafter referred to as Grantor, for and in consideration of TEN AND NO/100 DOLLARS ($10.00), and other good and valuable consideration to it in hand paid by the City of Fort Worth, a Texas Municipal Corporation, hereinafter referred to as Grantee, has granted, sold and conveyed and by these presents does hereby grant, sell and convey unto said Grantee a nonexclusive easement and right of way for the purpose of constructing, reconstructing, replacing, maintaining and operating additional street right of way for grading and sidewalk connection, hereinafter referred to as Grantee's Facility, in, over, under, across and along the property described and shown on the attached Exhibit A: SEE ATTACHED EXHIBITS There is also granted to Grantee, its successors or assigns, a nonexclusive easement to use only so much of Grantor's adjoining land, during temporary periods, as may be necessary for the construction, maintenance, and repair of said Grantee's Facility. Such use shall not interfere with Grantor's use of such property in the operation of its business and Grantee shall properly maintain such property during construction and at the conclusion of such construction remove all construction debris and other materials from such property and restore such property to the same condition it was in prior to the commencement of Grantee's construction thereon or in proximity thereto. Additional general construction limitations on easement are described and listed, but not limited to, in Exhibit "B", attached hereto and by reference made a part hereof. Use of draglines or other boom-type equipment in connection with any work to be performed on Grantor's property by the Grantee, its employees, agents, representatives or contractors must comply with Chapter 752, Texas Health and Safety Code, the National Electrical Safety Code and any other clearance requirements. Notwithstanding anything to the contrary herein, in no event shall any equipment be within fifteen (15) feet of the Oncor 138,000 volt or less power lines or within twenty (20) feet of the Oncor 345,000 volt power lines situated on the aforesaid property. Grantee must notify Fort Worth Transmission, (817-496-2746) at least 48 hours prior to the use of any boom-type equipment on Grantor's property except in an emergency. Grantor reserves the right to refuse Grantee permission to use boom-type equipment. Easement and Right of Way Page 1 of 10 D221323429 Grantee shall locate its Facility within the easement so as not to interFere with any of Grantor's facilities. Grantee shall not place its facility within 25 feet of any pole or tower leg. Grantee shall reimburse Grantor for any and all costs and expenses incurred by Grantorfor any relocation or alteration of its facilities located on or near the easement that Grantor, in its sole discretion, determines are subject to interference from the said Grantee's Facility or from the exercise by Grantee of any of its rights hereunder. This easement is granted upon the conditions that Grantee's Facility to be constructed shall be maintained and operated by Grantee at no expense to Grantor and Grantor shall not be responsible for any costs of construction, reconstruction, operation, maintenance or removal of Grantee's Facility. To the extent permitted by law, Grantee agrees to defend, indemnify and hold Grantor, its officers, agents and employees, harmless against any and all claims, lawsuits, judgements, costs, and expenses for personal injury (including death), property damage or other harm for which recovery of damages is sought, suffered by any person or persons that may arise out of, or be occasioned, by any negligent act or omission of Grantee, its officers, agents, associates, employees or subconsultants; except that the indemnity provided for in this paragraph shall not apply to any liability resulting from the sole negligence of Grantor, its officers, agents, or employees or separate contractors, and in the event of joint and concurrent negligence of both Grantor and Grantee, responsibility and indemnity, if any, shall be apportioned comparatively in accordance with the laws of the State of Texas, without, however, waiving any governmental immunity or other defenses available to the parties under Texas Law. The provisions of this paragraph are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity. Grantee shall, at its own cost and expense comply with all applicable laws, including but not limited to existing zoning ordinances, governmental rules and regulations enacted or promulgated by any governmental authority and shall promptly execute and fulfill all orders and requirements imposed by such governmental authorities for the correction, prevention and abatement of nuisances in or upon or connected with said premises because of Grantee's use thereof. This easement, subject to all liens of record, shall continue only so long as Grantee shall use this right of way for the purpose herein described and the same shall immediately lapse and terminate upon cessation of such use. TO HAVE AND TO HOLD the above described easement and rights unto the Grantee, its successors and assigns, for the purposes aforesaid and upon the conditions herein stated until the same shall be abandoned for use by the Grantee for the purpose herein stated, then and thereupon this conveyance shall be null and void and the use of said land and premises shall absolutely revert to Grantor herein, its successors and assigns, and no act or omission on the part of them shall be construed as a waiver of the enforcement of such condition. Page 2 of 11 Easement and Right of Way Page 2 of 10 D221323429 AND Grantor does hereby bind itself, its successors and assigns, to WARRANT AND FOREVER DEFEND all and singular the above described easement and rights unto the Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof, by, through or under Grantor but not otherwise. 1 EXECUTED as of this �, � day of �' "' ��'� y� ll ����,�� , 2021. GRANTOR: ONCOR ELECTRIC �ELIVERY COMPANY LLC ,�, �1� �� f J; �- l'l� . By: ` �" �, Wilson Peppard P.E. Attorney-in-Fact STATE OF TEXAS § § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared Wilson Peppard, as the Attorney-In-Fact of Oncor Electric Delivery Company LLC, known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same for the purposes and consideration therein expressed, in the capacity therein stated and he is authorized to do so. s-r�e_ GIVEN UNDER MY HAND AND SEAL OF OFFICE this � day of � t� v�,,�i� �� , A. D. 2021. ,,,��„ �� � ,,,��P�,vP��!.� LARA S. uALE� � ,_ ��e---� _' �:Notary Public, State o{ Texa��} `yL�- �_ r J�� =� �.`Y` c°'pm Ex�'rFs °�-'''-''°'�j Notary Public in and for the State of Texas �4>'... '� " �> � � � '%'�i°i����`` �oi8r}' I�; 12ii3�4£:i?4 - — "":.a�a� Page 3 of 11 Easement and Right of Way Page 3 of 10 D221323429 Grantee: The City of Fort Worth By� o�i+�rrPn��zozir,3:zrco-i Name, DJ Harrell �"It�ea Director STATE OF TEXAS C4UNTY OF TARRANT . Approved as to Form and Legality gy. �'�� :��� �:;�L..-� Name. Thomas R. Hansen 'Tlt�e: AssistantCityAttarney BEFORE ME, the undersigned authority, on this day personally appeared DJ Harrell , as the Directar of City of Fort Worth, known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he/she executed the same for the purposes and consideration therein expressed, in the capacity therein stated and he/she is authorized to do so. GIVEN UNDER MY HAND AND SEAL OF OFFICE this Z,i� day of C�cef'o�� � , Ae D. 2021. ��p��0� MATT TILLY _;%"'�;`� Notery Public «''�' •� STATE OF TEXAS °�` '�" tD# 1330"18152 �r� oF ��'+� , �����.� My Camm. Exp. Apr. 09, 2Q25 After Recordin�, Rehzrn To: Oncor Electric Delivery Company LLC Right of Way Services Attn: Laura DeLaPaz 777 Main St, Suite 1311 Pt. Worth, Texas 76102 Easement and Right of Way � �� .s Notary Public in and for the � e of Texas � ,� Page 4 of 1 D Page 4 of 11 D221323429 Contract Compliance Manager: By signing, I acknowledge that I aln the person responsible far the monitoring and adininistration of this contract, including ensuring all perfonnance and reporting requirements. �l�P�C�IlZ R,�Ey't� UfZ �lE� U7� Evely❑ oberts on behal; �f (Oct23, 2G210S:c6 CG��� Janie Scarlett Morales Planning Manager Page 5 of 11 Date: �Ct 29� Z�21 D221323429 LEGAL DESCRIPTION STREET EASEMENT Page 6 of 11 BEING a 98 square foot (0.0023 acre) (Tract 1) tract of land, a 225 square foot (0.0052 acre) (Tract 2) tract of land, and a 630 square foot (0.0145 acre) (Tract 3) tract of land situated in the Evan H. Burke Survey, Abstract No. 160, City of Fort Worth, Tarrant County, Texas; said tract being part of thak tract of land described in Warranty Deed to Texas Electric Service Company recorded in Volume 2587, Page 72, Deed Records, Tarrant County, Texas; said tract being more particularly described as follows: TRACT 1 COMMENGING at a concrete monument found in the east line of said Texas Electric Service Company tract; from said point a concrete monument found in the west line of said Texas Electric Service Company tract bears North 82°24'46" West, a disfance of 76.46 feet; THENCE North 18°47'29" East, along the said east line of Texas Electric Service Company tract, a distance of 191.12 feet to the POINT OF BEGINNING; THENCE North 21 °20'04" West, departing the said east line of Texas Electric Service Gompany tract, a distance of 19,96 feet to a point for corner; THENCE South 71 °12'31" East, a distance of 12.87 feet to a point for corner in the said east line of Texas Electric Service Company tract; THENCE South 18°47°29" West, along the said east line of Texas Electric Service Company tract, a distance of 15.26 feet to the POINT OF BEGINNING and containing 98 square feet or 0.0023 acres of land, more or less. TRACT 2 COMMENCING at a concrete monumenf found in the west line of said Texas Electric Service Company tract; from said point a concrete monument found in the east line of said iexas Electric Service Company tract bears South 82°24'46" East, a distance of 76.46 feet; THENCE North 18°47'29" East, along the said west line of Texas Electric Service Company tract, a distance of 198.12 feet to the POINT OF BEGINNING; THENCE North 18°47'29" East, continuing along the said west line of Texas Electric Service Company tract, a distance of 23.12 feet; THENCE South 71 °12'31 East, departing the said west line of Texas Electric Service Company tract, a distance of 19.49 feet; THENCE South 58°55'02" West, a distance of 30.24 feet to the POINT OF BEGtNNING and containing 225 square feet or 0.0052 acres of land, more or less. EXI11blt ��i��� 1 Of 3 STREET EASEMENT EVAN H. BURKE SURVEY ABSTRACT NO. 160 CITY OF FORT WORTH TARRANT COUNTY, TEXAS and Right of Way Kimle >>>Horn 8a1 Cherry Street, Unit 11. # 1300� Tel. No. (817) 335-6511 Fort Worth. Texas 76102 FIRM # 10194040 vnvw.kimley-hom.com Scale Drawn by Checked bv Date Proiect No. Sheel Nc NfA DMD MCB 10l6/2021 061902101 1 OF 3 WG\061302101-HINESWATERSIDETOWNHOMES STREETESMT.DWG Page 5 of 10 D221323429 TRACT 3 Page 7 of 11 COMMENCING at a concrete monument found in the east line of said Texas Electric Service Company tract; from said poin# a concrete monument found in the west line of said Texas Electric Service Company tract bears North 82°24'46" West, a distance of 76.46 feet; THENCE North 18°47'29" East, along the said east line of said Texas Electric Service Company tract, a distance of 286.38 feet to the POINT OF BEGINNING; THENCE North 71°12'31" West, departing the said east line of Texas Electric Service Company tract, a distance of 75.00 feet to a point in the west line of said Texas Electric Service Company tract; THENCE North 18°47'29" East, a long the said west line of Texas Electric Service Company tract, a distance of 8.40 feet; THENCE South 71°12'31" East, departing the said west line of Texas Electric Service Company tract, a distance of 75.00 feet to a point in the said east line of Texas Electric Service Company tract; THENCE South 18°47'29" West, along the said east line of Texas Electric Service Company tract, a distance of 8.40 feet to the POINT OF BEGINNING and containing 630 square feet or 0.0145 acres af land, more or less� NOTES Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A survey plat of even survey date herewith accompanies this metes & baunds description. The undersigned, Registered Professional Land Surveyor, hereby certifies that the foregoing description accurately sets out the metes and bounds of the easement tracts, Exhibit "A" 2 of 3 .--� r ` �v%! 24 (VIICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL � LAND SURVEYOR NO. 6558 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 P H. 817-335-6511 michael.billingsley@kimley-horn.cam '�P� �G� E�F-I'y .� ....�. �. o.... .�.� �ICHAEL CLEO BILLINGSLEY .. ..................... .1 ''•. ,� 6558 �, .; . ., ,p Q.; � 19�� SEU R V�Cy o STREET EASEMENT EVAN H. BURKE SURVEY ABSTRACT NO. 160 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimle >>>Horn 801 Cherry SUeet, Unit 17, # 1300� TeI. No. (817) 335-6511 Fort Worth, Texas 76102 FIRM # 10794040 www.kimley-horn.com Scale Drawn bv Checked by Date Proiect No. Sheet No. N!A DMD MC8 10/6/2021 061302101 2 OF 3 1016/2021 4:17 PM K:lFT4V SURVEY\061302101-HINES WATERSIDE TOWNHOMES\DWG\061 3021 01-HINES WATERSIDE TUWNHOMES_51 REE I t5M I.U� and Right of Way Page 6 of 10 D221323429 NORTH n 30 60 GRAPHIC SCALE IN F■EET �Y � �� � io � C9 J� � � � � S O� J V � � /M � Q � STREET OR ROAD �� e � �1�1 STTNO, D2162 6428)ENT /N' :� � TRACT 2- STREET EASEMENT� O.Q052 ACRES LINE TABLE 225 SQ. FT. NO. BEARING LENGTH P. O. B. � L1 N21°20'04"W 19.96' L2 S71°12'31"E 12.87' L3 S18°47'29"W 15.26' L4 N18°47'29"E 23.12' L5 S71°12'31"E 19.49' L6 S58°55'02"W 30.24' L7 N71°12'31"W 75.00' L8 N18°47'29"E 8.40' L9 S71'12'31"E 75.00' L10 S18°47'29"W 8.40` NOTES / � � ^ rn � _<u N �� � � Z� TRACT 3 STREET EASEMENT 0.0145 ACRES 630 SQ. FT. � 1 .O. LJ. N � v \ ' �2 � TRACT 1 �� - n, STREET EASEMENT � 0.0023 ACRES 98 SQ. FT. P.O. B. U � -. �� Q� ^�` �(! `S Q �; c°�• N/ '�U� �. t,.wc� p cu �� N � v m 2� Page 8 of 11 / HINES WATERSIDE LLC (INST. NO. Q220053668) � . � � / 76.46' CMF N82° ,� (C.M.) 24�46 �r `� CMF (C.M.j P.O.G., � (TRACT 2) � (TRACTS 1 & 3) �EGEND P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING C.M. = CONTROLLING MONUMENT CMF = CONCRETE MONUMENT FOUND Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A metes and bounds description of even survey date herewith accompanies this survey plat. The undersigned, Registered Professional Land Surveyor, hereby certifies that this survey plat accurately sets out the metes and bounds of the easement tracts. Exhibit "A" 3 of 3 `��. . i�/� /� � MICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL � LAND SURVEYOR NO. 6558 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 PH. 817-335-6511 michael.billingsley@kimley-horn.com DASHAWN 10l6/2021 4:17 PM K:\I �sement and Right of Way '�P� E�oT��"�I .� ....�. � . o.... �. a �ICHAEL CLEO BILLINGSLEY .. ..................... .y '., ,� 6558 �, .� . ! '•• �' �Q:�'Q 9,�;� SE�S�Sv��o � / STREET EASEMENT EVAN H. BURKE SURVEY ABSTRACT NO. 160 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimle >>> Horn 801 Cherry Streel, llnit i t, # S 300� Tel. No. (817) 335�&511 Fort Worth. Texas 76102 FIRM # 10194040 vnvw.kimleyhorn.wm Scale Drawn b Checked by Date Proiect No. Sheet Nc 1"=60' OM� MCB 10/6I2021 061302101 30F3 )WG\061302101-HWES WATERSIDE TOWNHOMES �STREETESMT,DWG Page 7 of 10 D221323429 LIMITATIONS ON Oncor ELECTRIC DELIVERY COMPANY RIGHT OF WAY EXHIBIT "B" 1. You are notified, and should advise your employees, representatives, agents, and contractors, who enter the property that they will be working in the vicinity of high voltage electrical facilities and should take proper precautions, included but not limited to the following stipulations and in compliance, at all times, with Chapter 752, V.T.C.A., Health & Safety Code. 2. Blasting is not to be permitted on Oncor right-of-way or under Oncor lines. 3. Construction on electric transmission line easements acquired by Oncor after January 1, 2003 shall comply with the requirements of Public Utility Commission Substantive Rules §25.101, as amended from time to time. 4. No crossing less than 45 degrees to the centerline of the right-of-way. 5. Grading will be done in order to leave the right-of-way as near as possible to present condition. Spoil dirt will be removed from the right-of-way and no trash is to be left on right-of-way. Slopes shall be graded so that trucks can go down the right-of-way when required and such that the slopes can be mechanically maintained. 6. Equipment and materials will not be stored on the right-of-way during construction without written approval of the Supervisor of Regional Transmission. 7. Street or road crossings are to be based on drawings submitted. Any change in alignment or elevation will be resubmitted for approval. 8. No signs, lights or guard lights will be permitted on the right-of-way. 9. Power line safety equipment operations: hazard assessment and precautions inside the work zone area must be performed and in compliance with OSHA Standard §1926.1408 at all times. Equipment shall not be placed within fifteen (15) feet of the Oncor 138,000 volt or less power lines or within twenty (20) feet of the Oncor 345,000 volt power lines. Easement and Right of Way Page 8 of 10 Page 9 of 11 D221323429 10. Any pre-approved fencing will not exceed eight (8) feet in height, and if inetal in nature, will be grounded, at ten (10) feet intervals, with an appropriate driven ground. Gates should be at least sixteen (16) feet in width to allow Oncor access to the right-of-way. 11. No dumpsters will be allowed on Oncor right-of-way or fee owned property. 12. Draglines will not be used under the line or on Oncor right-of-way. 13. The existing grade shall not be disturbed, excavated or filled within 25 feet of the nearest edge of any Oncor transmission structure (tower, pole, guy wire, etc...). 14. Right-of-way will be protected from washing and erosion by Oncor approved method before any permits are granted. No discharging of water will be allowed within any portion of the right of way. Drainage facilitation will not be allowed to discharge into/onto Oncor right-of-way. 15. No obstruction shall be installed on the right-of-way that would interfere with access to Oncor structures or prevent mechanical maintenance. 16. Before any work is done under Oncor lines or by Oncor structures notify the Region Transmission Department, 817-496-2746. 17. No hazardous materials will be stored on the right of way. 18. For purposes of this document, "Hazardous Materials" means and includes those substances, including, without limitation, asbestos-containing material containing more than one percent (1%) asbestos by weight, or the group of organic compounds known as polychlorinated biphenyls, flammable explosives, radioactive materials, chemicals known to cause cancer or reproductive toxicity and includes any items included in the definition of hazardous or toxic waste, materials or substances under any Hazardous Material Law. "Hazardous Material Laws" collectively means and includes any present and future local, state and federal law relating to the environment and environmental conditions including, without limitation, the Resource Conservation and Recovery Act of 1976 ("RCRA"), 42 U.S.C. §6901 et se�c ., the Comprehensive Environmental Response, Compensation and Liability Act of 1980, ("CERCLA"), 42 U.S.C. §§9601-9657, as amended by the Superfund Amendments and Reauthorization Act of 1986 ("SARA"), the Hazardous Material Transportation Act, 49 U.S.C. §6901 et se�c ., the Federal Water Pollution Control Act, 33 U.S.C. §1251, et se�c ., the Clean Air Act, 42 U.S.C. §741 et seq., the Clean Water Act, 33 U.S.C. §7401 et seg., the Toxic Substances Control Act, 15 U.S.C. Easement and Right of Way Page 9 of 10 Page 10 of 11 D221323429 Page 11 of 11 §§2601-2629, the Safe Drinking Water Act, 42 U.S.C. §�300f-330j, and all the regulations, orders, and decrees now or hereafter promulgated thereunder. 19. Brush and cut timber is not to be piled or stacked on Oncor right-of-way nor is it allowed to be burned upon or in close proximity to the conductors or towers. 20. No structures or obstructions, such as buildings, garages, barns, sheds, swimming pools, playground equipment, guard houses, etc., will be permitted on the right-of-way. 21. Landscaping on Oncor right-of-way is permitted when Oncor approves landscaping plans in writing. No lighting or sprinkler systems are allowed on the right-of-way. 22. No park or park designation will be permitted on the right-of-way. 23. Gas Pipeline Protective Barrier; Grantee, at Grantee's sole expense, shall provide one of the following protective barriers; 1) a concrete protective barrier between the surface and the pipe that is a minimum of one (1) foot thick by one (1) footwide, if pipe is widerthan one (1) foot, then width of pipe, with the top of the concrete barrier to be at least one (1) foot below the surface or final grade, 2) construct the gas pipeline inside of a proper protective steel casing, 3) where electric facilities are located above ground, install the pipeline a minimum of ten (10) feet below the ground surface, or 4) where electric facilities are located below ground, install the pipeline at a depth that provides for a minimum of a ten (10) foot clearance between the pipeline and the underground electric facilities. 24. No fire hydrants or manholes will be permitted within the right-of-way. 25. Any drainage feature that allows water to pond, causes erosion, directs stormwater toward the right-of-way or limits access to or around Oncor's facilities is prohibited. Drainage facilitation will not be allowed to discharge into/onto Oncor right-of-way. 26. No boring pits or other type of pits will be permitted within the right-of-way. Easement and Right of Way Page 10 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK Waterside Townhomes Phase 1 CPN 102794 AL P H�� T E 5 T I N G rentechnica! 5a5� 8ri�sh Crcek Roud TeI: 87 a-496-56UU � Cnrrstructtu,� d►fateriaTs Forr Wnrrh, Texar 7b114 Fax� 517-49�S-5�SQ8 f n vFrnnmentn! www. alphate.sting_cnm WHERE IT ALL BEGINS TEPEFirmNn.813 �ctaber G, 2�2� Hines Interests, LP - Dallas 2200 Rvss A�enue, Suite 42��W Dallas, TX 752D1 Attention: Mr, Jeff Kennemer Re: Pa�ement Recammendations Waterside Tawnharnes �ff Water�nurse Dri�e Fort �Tarkh, Texas ALPHA Report No. W201324-A Submitted herein are the recommended pavement sections far the prvpvsed developrnent (Waterside Tc�wnhomes). The prap�sed subdi�ision is generally lacated off Watercourse Driwe, abaut 4UU ft west af Bryant Irvin Raad in Fnrt Warth, Texas. This study was authorized by Mr. Danny �pitz on May G, 2020 and perforrned in accordance with ALPHA Proposal No. 77179- re� dated May 1, 2424. A repart containing recomrnendations for residential foundatiuns is issued under ALPHA Report Na. W2U132� dated July 13, zaza. The purpase �f this study is ta develap pa�ernent sectians fnr the planned streets in the subject subdivision in accardance with the City �f F�rt V4�orth Pavement Design Manual (.Tanuary 2�15}. We understand the praposed streets within the subdivision could be classified as "Residential- j]r�all"� "Callector" ar "Arterial"y as described in the referenced manual. PURPUSE ANI3 SCC)PE The purpose uf this geotechnical explvrativn is f�r ALPHA TESTING, IIVC. ("ALPHA") to evaluate far the "Client" some of the physical and engineering properties of subsurface materials at selected locatians on the subject site with respect to formulatian of apprapriate geotechnical design parameters for the prapased pa�ement. The field explaration was acc�mplished by securing subsurface samples from widely spaced test horings performed across the expanse of the site. Engineering analyses were perfarmed fr�rn results of the field exploration and results �f laboratory tests perfarmed on representative samples. Alsn included are general carnments pertaining tv reasanably anticipated constructian pral�letns and recarnmendatians cvncerning earthwvrk and quality control testing during canstructian. This infarmation can be used to e�aluate suhsurfa�e canditions and ta aid in ascertaining construction rneets prvject specifications. l�ecomrnendations pro�ided in this repart were develvped from inforrnation obtained in test bnrings depicting subsurface canditi�ns anly at the specific baring lacations and at the particular tirne designated on the lags. Subsurface conditians at other lo�ations may differ frorn thase abserved at the bvring locatians, and subsurface canditians at baring locations may �ary at different times of the year. The scope af work may not fully define the �ariability of subsurface materials and canditions that are present on the site. ALHA Rep�rt Na. W2a1324-A � � � The nature and extent af �ariations between b�rings may not bec�rne evident until cnnstructinn. If significant �ariations then appear evident, aur nffice shauld he cuntacted to re-evaluate aur recarnrnendatians after perfvrming on-site abser�ations and possibly ather tests. S[]MMARY O�' RECDVIMENDATIQNS Table A contains a surnmary nf pavement sectian requirernents fc�r prc�pc�sed streets at the subject praject. TA6LE A Summary af Pa�ement 5ectian Requircments 5treet Classification Residential -Urban FCC Pavement Thickness(in) placed on lime stabilized subgrade soil 6 28-day Concrete Cornpressi�e 5trength (psi} 3,CU0 5ubgrade Treatment 6 inches Lime Appli�ation Rate {lbs per sq yd) 30 Iteinforcing Sar Na. 3 Reinfarcin� Bar 5pacing (in) 18 Recamrnendatians and analyses used ta develap the surnmary in Table A are pravided further in this repart. FIELD EXPLQI3ATIQI� 5ubsurface �anditions nn the site were explored hy drilling a total of nine (9) test borings to depths of about 2S ft ta 45 ft. Four (4) borings were drilled to a depth of about 45 ft, nne (1} boring was drilled to a depth of alaout 35 ft and three (3} barings were drilled ta a depth af about 25 ft_ The test barings were performed in general accordance with ASTM I] 42� using standard ratary drilling equipment. The approximate lacatian of each hnring is shown an the attached Baring Lacatian Plan, Figure 1. Subsurface types encauntered during the field explaratian are presented an the attached Log af Earing shccts {boring logs}, Thcsc boring lvgs contain aur Ficld Tcchnician's and EngincGr's interpretation of canditions believed ta exist between actual samples retrierred. Therefore, the baring logs �ontain bath factual and interpretive infarmatian, Lines delineating subsurface strata on the baring logs are approximate and the actual transition between strata may be gradual. I,AI3QRAT�R�' TF.STS Selected samples vf the subsurface materials were tested in the laboratary ta evaluate their engineering properties as a basis in praviding recommendations for pavement sections design and earthwark canstruction. The follvwing laboratary tests were perforrned to facilitate pavcmcnt scction r�commcndations: ALHA Report No. W201324-A • Moisture Content (ASTM D 2216) � Atterberg-Limits (ASTM D 4318) � Unconfined Compressive Strength (ASTM D 2166) • Sulfate Content (TX-145-E Part II) • Lime Series (Plasticity Index vs. Lime Content) GENERAL SUBSURFACE COI�DITIONS Based on geological atlas maps available from the Bureau of Economic Geology, published by the University of Texas at Austin, the project site lies within Terrace Deposits and Alluvium associated with the Trinity River System underlain by the undivided Fort Worth Limestone and Duck Creek formation and/or the undivided Goodland Limestone and Walnut Clay formation. Terrace Deposits and alluvium generally consist of clays, sands and gravels. The clay soils associated with the Terrace Deposits and Alluvium are generally characterized with low to high shrink-swell potential. The underlying formations generally consist of limestone with marl (limey shale) layers. Residual overburden soils associated with these undivided formations generally consist of clay soils with low to high shrink/swell potential. Subsurface conditions encountered in Borings 1 and 3 generally consisted of clay to respective depths of about 30 ft and 25 ft underlain by gray limestone extending to the 45 ft boring termination depth. Subsurface conditions encountered in Borings 2, 4, 5 and 6 generally consisted of sandy clay to depths of about 15 ft to 23 ft underlain by sand or clayey gravel to depths of about 26 ft to 30 ft. Gray limestone was then encountered which extended to the 35 ft or 45 ft termination depth of the borings. Sandy clay extended to the 25 ft termination depth of Boring 7. Sandy clay extended to depths of about 10 ft and 11 ft below the ground surface, respectively, in Borings 8 and 9 underlain by clayey gravel and sand extending to the 25 ft termination depth. The upper 2 ft of sandy clay encountered in Boring 9 was visually identified as fill material. Additional stratigraphic information is presented on the attached Log of Boring sheets. The granular soils (sand, clayey gravel and gravel) are considered somewhat permeable and are anticipated to have a moderate response to water movement. However, the clay, shaly clay and limestone encountered in the borings are considered relatively impermeable and are anticipated to have a relatively slow response to water movement. Therefore, several days of observation would be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions and subsurface drainage characteristics. During our field investigation, free groundwater was encountered in Borings 1 through 7 on drilling tools during drilling at depths of about 19 ft to 20 ft below the ground surface and in the open boreholes immediately upon completion at depths of about 19 ft and 23 ft. It is common to encounter seasonal groundwater in granular soils, from natural fractures within the clayey matrix, at the soil/rock (limestone) interface of from fractures in the rock, particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. Borings 6, 8 and 9 caved-in to depths of about 15 ft to 25 ft below the ground surface after completion of drilling. 3 ALHA Report No. W201324-A Further details concerning subsurface materials and conditions encountered can be obtained from the attached boring logs. ENGIVEERING AVALYSIS AND RECOMENDATIONS Calculations used to determine the required pavement thickness are based only on the physical and engineering properties of the materials and conventional thickness determination procedures. Related civil design factors such as subgrade drainage, shoulder support, cross-sectional configurations, surface elevations, joint design and environmental factors will significantly affect the service life and must be included in preparation of the construction drawings and specifications but were not included in the scope of this study. Normal periodic maintenance will be required for all pavement to achieve the design life of the pavement system. Pavement Sub�rade Preparation Based on grading plans (Kimley-Horn Sheets G07 and G08 dated Apri12020) and review of the borings it is expected the pavement subgrade could consist of clay or similar onsite materials used for grading the site. Since the subgrade conditions and required treatments could vary along the proposed road alignment, ALPHA should be retained to observe construction to verify conditions are as expected. Also, we should be provided with the final grading plan for review prior to construction to verify or modify in writing the recommendations contained in this report. The exposed clayey surface soils should be scarified to a depth of 6 inches and mixed with a minimum 30 lbs per sq yard of hydrated lime (by dry soil weight) in conformance with TxDOT Standard Specifications Item 260. The recommended application rate is the minimum required by the City of Fort Worth. The results of lime series tests performed on representative clay samples are attached (Figure 2). Lime application rates provided herein are preliminary and the actual amount will be determined from testing of bulk samples taken from the constructed pavement subgrade prior to placing steel and concrete. We recommend lime stabilization procedures extend at least 1 ft beyond the edge of the pavement to reduce effects of seasonal shrinking and swelling upon the extreme edges of pavement. The soil-lime mixture should be compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 0 to 4 percentage points above the mixture's optimum moisture content. In all areas where hydrated lime is used to stabilize subgrade soil, routine Atterberg-limit tests should be performed to verify the resulting plasticity index of the soil-lime mixture is at/or below 15. Mechanical lime stabilization of the pavement subgrade soil will not prevent normal seasonal movement of the underlying untreated materials. Pavement and other flatwork constructed at final grades as could experience soil-related potential seasonal movements of up to about 3 inches. Potential seasonal movements are discussed in the referenced foundation report. A California Bearing Ratio (CBR) test was not performed for this specific project. Based on our experience with similar projects, we anticipate the CBR for native subgrade material is estimated to be between 2.0 and 3.0. Following improvement with lime, the CBR value for the lime stabilized clayey soils is expected to be at least 10. 4 ALHA Report No. W201324-A Portland Ccmcnt Concrctc Pavcmcnt Scction Using the 1993 AASHTO pavement design procedures (WinPAS computer program distributed by American Concrete Pavement Association), the following design parameters were used in analyses of the PCC pavement section. • Compressive strength of concrete � Modulus of Elasticity • Modulus of Rupture � Modulus of Subgrade Reaction* • Load Transfer Co-efficient • Drainage Coefficient • Initial PSI • Terminal PSI for � Standard Deviation • Reliability 3,600 psi at 28 days 4,000,000 psi 620 psi 280 pci 3.0 1.0 4.5 2.0 (Residential Urban) 0.39 85 percent *Subgrade prepared with lime stabilization as discussed in the previous section. Using the Street Classification of "Residential-Urban" as described in the referenced Fort Worth Pavement Design Manual, it is estimated annual traffic volume will be about 35,000 Equivalent Single Axle Loads (ESALs) in one direction over a 25-year design life with 0.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the Residential Urban street pavemcnt to be about 930,000. If the actual expected traffic volume is different than used for our analysis herein, our office should be provided with the actual expected traffic volume so that we can re-evaluate our recommendations. Based on the subgrade preparations recommended herein, the projected traffic volume and stated design parameters, a minimum 6-inch section of Portland cement concrete is required for Residential Urban classified streets. PCC should have a minimum 3,600 psi compressive strength at 28 days. The concrete section should be placed over a properly prepared subgrade as discussed herein. Concrete should be designed with 5� 1 percent entrained air. Reinforcing steel for concrete pavement should be in accordance with Table 4.1 of the referenced Pavement Design Manual. Joints and saw-cutting in concrete should be in accordance with Section Four of the referenced Pavement Design Manual. Draina�e and Maintenance Routine maintenance, including sealing of cracks and joints should be performed over thc life of the pavement. Adequate drainage should be provided to reduce seasonal variations in the moisture content of subgrade soils. Maintaining positive surface drainage throughout the life of the pavement is essential. �� ALHA Rep�rt Na. W2a1324-A Solublc 5ulfatcs � � � A tatal of three �3} samples obtained frQm the borings were tested for soluble sulfate �oncentrations. Results af the laboratory testing (TxDaT Test Method TEX-l4S-E Part 1�) are sumrnarized in Table g_ TABLE B Saluble Sulfates Sample Boring Depth, Saluble Sulfate, Na. Na. ft Material Type m �� m 1 1 �� Brown SANI]Y CLA� 55 2 2 2� Hrawn SANDY CLAY �9 3 4 0-2 Hrown SANDY CLAY 51 13ased on the results af labaratary testing, the soluhle sulfate content rneasured in the s�rnrnples tcstcd is considcrcd relativcly law (�3,QQQ ppm}. It shauld bc natcd that canccntratians af saluble sulfates in sQil are typically very localized and concentratians in other areas of the site �ould �ary signifi�antly. Therefore, it is recommended sulfate samplingltesting be perfarrned along the pa�ement subgrade during constru�tion. �uring �onstru�tion, experien�ed geotechnical personnel should rnake close observations far possil�le sulfate reactions. [GENERAL CDNSTRUCTt�1\ PR�CEDURES AND RECOMMENDATI[]�IS Variations in su�asurface cvnditians �nuld lae encauntered during canstruction. To permit correlation between test hvring data and actual subsurface cvnditions encountered during canstructian, it is recommended a registered Prnfessional Engineering firm he retained to Q�7S�r�� cOnSlrUGtipn �?rpc�(�ur�S an� materialS. Some canstructian problems, particularly degree or magnitude, cannat he reasonahly anticipated until the course of canstructian. The reeornrnendatic�ns nffered in the follawing paragraphs are intended n�t to limit or preclucie other cvnceivable saluti�ns, but rather tv pro�icle pur aUservatiQns hased on our experience and understanding of the project characteristics and subsurface canditivn� encountered in the borings. Site Prep�tr�tiqn �tnd Gradin� A11 areas suppnrting the paUement and areas tn recei�e new �11 shauld be properly prepared. After completian �f the necessary stripping, clearing, and excavating and prior to placing any required fill, the expased sQil subgrade shvuld be Garefully e�aluated by probing and testing. Any undesiral�le material {arganic rnaterial, wet, saf't, or laase soil} still in place shauld be rernnved. The exposed soil subgrade shauld be further ewaluated by praaf-ralling with a hea�y pneumatic tired roller, laaded dump truck or similar equipment weighing approximately 25 tons ta check fc�r pockets af soft ar loose material hidden beneath a thin crust af possibly better soil. Prc�c�f- rolling prncedures should he abserved rautinely by a Professional Engineer or his designated representatiwe. Any undesirable material (organic material, wet, saft, ar loose svil) expased during the proof-roll should be rernaved and replaced with well-compacted material as outlined in the fill compactian sectian belvw. Prior to placement af any fill, the exposed soil subgrade � ALHA Report No. W201324-A should be scarified to a minimum depth of 6 inches and re-compacted as outlined in the following Fill Compaction section. If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench width of five (5) ft. This should provide a good contact between the existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal lift placements. Even if fill is properly compacted as recommended herein, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total �11 thickness. This should be considered when planning or placing deep fills. The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring. Design of these structures should include any imposed surface surcharges. Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. The contractor should also be aware that slope height, slope inclination or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state and/or federal safety regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. Stockpiles should be place well away from the edge of the excavation and their heights should be controlled so they do not surcharge the sides of the excavation. Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or into the excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at the toe. If potential stability problems are observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning required for the project (if any) should be designed by a professional engineer registered in the State of Texas. Due to the nature of the clay soils found near the surface at most of the borings, traffic of heavy equipment (including heavy compaction equipment) may create pumping and general deterioration of shallow soils. Therefore, some construction difficulties should be anticipated during periods when these soils are saturated. Fill Compaction The following compaction recommendations pertain to general filling and site grading. The pavement subgrade should be prepared as discussed in the Pavement Subgrade Preparation section. Clay, sandy clay and shaly clay with a plasticity index equal to or greater than 25 should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of 2 to 6 percentage points above optimum. Clay, shaly clay and sandy clay with a plasticity index less than 25 should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of -1 to +3 percentage points above optimum. r� ALHA Rep�rt Na. W2a1324-A � � � Clayey sflils used as fill sh�uld be processed and the largest particle ar clnd sh�uld be less than 6 inches prior to carnpactian. Where mass fills are deeper than 1� ft, the filllba�kfill below 10 ft should be compacted tv at least 100 percent of standard Practor maximum dry density �ASTM D-698) and within 2 percentage paints of the material's optimum moisture content. The portian of the fi1116a�k�11 shallower than 10 ft shauld be cQrnpacted as outlined herein. Carnpacti�n should be ac�omplished by placing fill in about 8-inch thicl� laase lifts and �ornpacting each lift to al leasl the specii"ied rninimum dry density. Field density and rnoisture content tests should be performed an each lift. LTtilities Where utility lines are deeper than 1� ft, the filllbackfill helnw lU ft sh�uld be c�mpacted to at least 144 percent af sta�ndard Fractor rnaxirnum dzy density (ASTM D 698j and within —2 to +2 percentage paints af the material's optimum moisture cvntent. The portion af the fillllaackfill shallawer than 1 U ft should be �ompacted as pre�iausly outlined. Density tests should be performed on each lift (maxirnum 12-inch thick} and shauld �e performed as the trench is being l�ackfilled, EVe�a �f ll is praperIy compacted, �1Ls in excess af ah�ut 1�1 ff are sffll subje�t to settlemer�tr aver- iime af r�p ta ahaut 1 ta 2 percerct of the total.�dl thickness. This sha�cld be con,ride�ed when c�esfgning pa�emeni over uri�rty lirres andlor other areur with deep fill. If utility trenches or ather excavatians extea�d to ar beyon�l a depth af 5 ft below construction �rade, the cantractar or others shall be required ta deyelop an excavatian safety plan ta pratect pers�nnel entering the excavati�n or exca�ation vicinity. The cQllection of specific geote�hnical data and the de�elopment of such a plan, which could include designs far sloping and benching or �arious types of temporary shoring, is beyond the scope of this study. Any such designs and safety plans shall he de�eloped in accardance with current �SHA guidelines and other applicable industry standards. [Groundwater Graundwater was encauntered at depths of ab�ut 19 ft and 25 ft below the graund surface in rnost af the bQrings. Fr�rn vur experien�e, shallawer graundwater seepage could be enG�untered in excavatians far payement, utilities and other general excavativns at this site. The risk of seepage increases with depth af excavatic�n and during or after periods of precipitatian. Standard sump pits and purnping may be adequate tn cantrol seepage an a l�cal hasis. Where groundwater is encduntered in granular sotls, surnp pits may nat be adequate td cantral seepage and supplemental dewatering measures may �e necessary ta control groundwater seepage. Supplemental dewatering rneasures include (but are not limited tn) submersible purnps in slatted casings and well points. In any areas where cuts rnade, attention should be gi�en to passible seasanal water seepage that Gvuld vccur through natural cracks and tissures in the newly exposed stratigraphy. In these areas subsurface drains rnay be required to intercept seas�nal ,�toundwater seepage. The need for these or other dewatering de�ices should be carefully addressed during construction. ❑ur office could bc contact�d to visually obscrvc final gradcs to cvaluatc thc nccd fvr sucli drains. S ALHA Report No. W201324-A LiMITATiONS Professional services provided in this geotechnical exploration were performed, findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous materials in the soil, surface water or groundwater. ALPHA, upon written request, can be retained to provide same. ALPHA TESTING, INC. is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for the exclusive use of the Client (and their designated design representatives), and is related solely to design of the specific structures outlined on the cover page of this report. No party other than the Client (and their designated design representatives) shall use or rely upon this report in any manner whatsoever unless such party shall have obtained ALPHA's written acceptance of such intended use. Any such third party using this report after obtaining ALPHA's written acceptance shall be bound by the limitations and limitations of liability contained herein, including ALPHA's liability being limited to the fee paid to it for this report. Recommendations presented in this report should not be used for design of any other structures except those specifically described in this report. In all areas of this report in which ALPHA may provide additional services if requested to do so in writing, it is presumed that such requests have not been made if not evidenced by a written document accepted by ALPHA. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable for an extended period of time after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report for construction commencing more than one (1) year after completion of this report. Non-compliance with any of these requirements by the Client or anyone else shall release ALPHA from any liability resulting from the use of, or reliance upon, this report. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our office should be contacted immediately since this may materially alter the recommendations. Further, ALPHA TESTING, INC. is not responsible for damages resulting from workmanship of designers or contractors and it is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. 7 ALHA Rep�rt Na. W2a1324-A Ci1QSINC We appreciate the oppartunity ta be af ser�ice comments. Sincerely, ALPHA TESTING, INC. � � f � � � i 1 ' Kimberly Fyffe Geatechnical Praject Manager KI,FISJHIkIf C;apies: (1-PBF) C;lient � � � Please cantact us with any questians nr �;���.*�� � ���.���F��;r�'�1�F t � . � � �� �%. * :................. ._..:.:�.�t � BF�IAN J. hl�YT / �. . .. .. .. . . ..... . . . .---- . .. _.: .. . . .. . � 1 �a': '1 � v748 +fM��'�,'••.�t��s�� , : ���s'�!� ,���� � ��w ��� pctoher b, 2D2� Attachments: Boring Lncation Plan — Figure 1 Mec:hanical Lime Series — �igure 2 WinPAS Analysis l�esults Lag af Barings (Borings 1 through 9} Key tv S�il 5ymbols and Classificativns � �T_ I Brian J. �Ioyt, P.E. Geatechnical Depariment Manager 1Q ALPHa/�TESTING �� WHER� IT ALL BEGIHS Geotechnical • Cor�structro�r Materials � Envrronmenta! • T6PE Firm Nv. $13 REPORT bF MECHANICAL LIME SERIES RESLJ�TS Pr�ject No: WZa13�4-A I pate: 0110U1OD % LI IT1� 0°/0 �°/a 4°/0 6°/a 8°/0 Pi �a �� �� �a 6 �a �� sa 55 S� 45 4D a 35 3❑ �5 2Q 15 10 S 0 a56 1°l0 2% 396 4% 5% 696 756 896 99n 1090 1196 12°la 13% 14% 159n Percent Dry Weight of Lirne FIGURE 2 WinPAS Pd�emerrt ThiGkness oe6ign ACCording tp 1�93 AASHT� Guide fvr Design af Pa�ements Structures ArngriGan �pnCrete PdyEment ASSpciabqn Rigid �esign Inputs Agen�y: City of For# Warth Company: Alpha Testing Inc. Contractar: Project Descrip6an: Residential Pavement Analysis Location: Fart Worth, TX Rigid Paremen# designlE►►aluakipn PCC Thi�kness Design ESALs Rel iabil ity Q►�erall De�iatipn Modulus of Rup#ure Modulus of ElastiGity 5_91 inGhes 93d,dOd $5_00 perGen# 0_39 620 psi 4,dQd,dQd psi Lqad Transfer, J Mod. Subgrade Reaetipn, k Drainage Coeffieien#, Cd Initial $ervieeability Terminal $erviGeabili#y 3_00 2$0 psilin � _aa 4_50 a_aa Mvdulus af Su�orade ReaGtivn fk,r►aluel determinatian Resilient Modulus of #he Subgrade Resilient Modulus af #he Subbase Subbase Thi�kness Depth to Rigid Fpundation Loss of Support Value [Q,1,2,3} Modulus of Subgrade ReaG#ipn 280_00 psilin Q.0 psi Q.0 psi 0_00 inGhes 0_00 fee# Q.0 Thursday, April 23, �015 1:12:04PM Engineer: A L P H A/� T E S T I N G s�s� Bru.s,, �,�eek Rd. BOR�"� "o.: ' � Fort Worth, Texas 76119 Phone: R17-496-5600 Sheet 1 of 1 Fux: s»-a9h-shos pROJECT NO.: W201324 W F! E R E I T A L L B E G I W S w�vw.alphatesting.corn Client: Hines Interests, LP - Dallas Location: Fort Worth, Texas Project: Waterside Townhomes - 76 Lots Surface Elevation: Start Date: 5/22/2020 End Date: 5/22/2020 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS �, ��� w E� a� s � x a' n o in " o� �> rn - .� w- a� � J ZrJ >' i � � �i� ,�(n � «��. � J C o On Rods (ft): � � p o 3 y�, -o L V � w C J = � 7After Drllling (ft): 2� � >C� � o � E °1 rn �� � " o � .� ~ m � Q Q Q o� o� oo �� �N OQ- (� 3 � '� � o � JAfter_ Hours (ft): � u�i U'-' a�, o°�,�' o �, � � u, u� O `� J t6 � � � � N N �� Z � � � � d d � � MATERIAL DESCRIPTION Brown SANDY CLAY 4.5+ 11 4.5+ 9 5 j 4.5+ 13 39 18 21 4.5+ 14 10 4.5+ 14 37 18 19 0.0 15 4.5+ 13 16.0 Brown CLAY 20 , j ♦ 3.0 25 2.5 22 25 25.0 Gray SHALY CLAY 2.0 0.5 88 29 62 23 39 30 30.0 Gray LIMESTONE with shale seams 35 100/ 22 2.25., 40 100/ 20 1.50" 45 45.0 100/ 22 TEST BORING TERMINATER AT 45FT 1.50" A L P H A/� T E S T I N G s�s� Bru.s,, �,�eek Rd. BOR�"� "o.: z � Fort Worth, Texas 76119 Phone: R17-496-5600 Sheet 1 of 1 Fux: s»-a9h-shos pROJECT NO.: W201324 W F! E R E I T A L L B E G I W S w�vw.alphatesting.corn Client: Hines Interests, LP - Dallas Location: Fort Worth, Texas Project: Waterside Townhomes - 76 Lots Surface Elevation: Start Date: 6/11/2020 End Date: 6/11/2020 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS �, ��� w E� a� s � x a' n o in " o� �> rn - .� w- a� � J ZO �' i � � U� ,� Cn � .��+ � J C o On Rods (ft): � � p o 3 y�, -o L V � w C J = � 7After Drllling (ft): 23 � >C� � o � E °1 rn �� � " o � .� ~ m � Q Q Q o� o� oo �� �N OQ- (� 3 � '� � o � JAfter_ Hours (ft): � u�i U'-' a�, o°�,�' o �, � � u, u� O `� J t6 � � � � N N �� Z � � � � d d � � MATERIAL DESCRIPTION Brown SANDY CLAY 4.5+ 17 - with sand seams at 1 ft 3.5 19 5 , 4.5+ 17 4.5+ 16 / 4.5+ 71 11 35 16 19 0.0 10 i 15 ' 15.0 4.5+ 13 Brown SAND 20 ��� � 15 . ♦ 25 . - cave in at 25 ft 30 :� 30.0 Gray LIMESTONE with shale seams - cave in at 30 ft 35 100/ 0.75" 40 100/ 1" 45 45.0 100/ TEST BORING TERMINATED AT 45 FT 0.75" A L P H A/� T E S T I N G s�s� Bru.s,, �,�eek Rd. BOR�"� "o.: 3 � Fort Worth, Texas 76119 Phone: R17-496-5600 Sheet 1 of 1 Fux: s»-a9h-shos pROJECT NO.: W201324 W F! E R E I T A L L B E G I W S w�vw.alphatesting.corn Client: Hines Interests, LP - Dallas Location: Fort Worth, Texas Project: Waterside Townhomes - 76 Lots Surface Elevation: Start Date: 5/22/2020 End Date: 5/22/2020 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS �, ��� w E� a� s � x a' n o in " o� �> rn - .� w- a� � J ZrJ >' i � � �i� ,�(n � «��. � J C o On Rods (ft): � � p o 3 y�, -o L V � w C J = � 7After Drllling (ft): 2� � >C� � o � E °1 rn �� � " o � .� ~ m � Q Q Q o� o� oo �� �N OQ- (� 3 � '� � o � JAfter_ Hours (ft): � u�i U'-' a�, o°�,�' o �, � � u, u� O `� J t6 � � � � N N �� Z � � � � d d � � MATERIAL DESCRIPTION Brown SANDY CLAY 4.5+ 18 53 21 32 4.5+ 9 5 4.5+ 12 4.5+ 12 10 4.5+ 11 34 17 17 0.0 15 4.5+ 14 20 1.0 0.6 99 26 � 25 25.0 2•5 30 Gray LIMESTONE with shale seams 30 100/ � � 4.75" 35 100/ 13 5.25" 40 100/ '� 3 2.25„ 45 45.0 100/ 15 TEST BORING TERMINATED AT 45FT 1.50" A L P H A/� T E S T I N G s�s� Bru.s,, �,�eek Rd. BOR�"� "o.: 4 � Fort Worth, Texas 76119 Phone: R17-496-5600 Sheet 1 of 1 Fux: s»-a9h-shos pROJECT NO.: W201324 W F! E R E I T A L L B E G I W S w�vw.alphatesting.corn Client: Hines Interests, LP - Dallas Location: Fort Worth, Texas Project: Waterside Townhomes - 76 Lots Surface Elevation: Start Date: 5/22/2020 End Date: 5/22/2020 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS �, ��� w E� a� s � x a' n o in " o� �> rn - .� w- a� � J ZO �' i � � U� ,� Cn � .��+ � J C o On Rods (ft): � � p o 3 y�, -o L V � w C J = � 7After Drllling (ft): 2� � >C� � o � E °1 rn �� � " o � .� ~ m � Q Q Q o� o� oo �� �N OQ- (� 3 � '� � o � JAfter_ Hours (ft): � u�i U'-' a�, o°�,�' o �, � � u, u� O `� J t6 � � � � N N �� Z � � � � d d � � MATERIAL DESCRIPTION Brown SANDY CLAY 4.5+ 19 4.5+ 11 5 4.5+ 14 4.5+ 2.3 108 16 / 4.5+ 13 10 / 15 4.5+ 14 Zp , � 2.0 23 41 18 23 23.0 Tan CLAYEY GRAVEL 2 � 2� 25 � '`� 26.0 Gray LIMESTONE with shale seams 30 100/ � $ 3.75" 35 100/ � 7 2.75., 40 100/ '� 6 1.75" 45 45.0 100/ � 9 1.75" A L P H A/� T E S T I N G s�s� Bru.s,, �,�eek Rd. BOR�"� "o.: 5 � Fort Worth, Texas 76119 Phone: R17-496-5600 Sheet 1 of 1 Fux: s»-a9h-shos pROJECT NO.: W201324 W F! E R E I T A L L B E G I W S w�vw.alphatesting.corn Client: Hines Interests, LP - Dallas Location: Fort Worth, Texas Project: Waterside Townhomes - 76 Lots Surface Elevation: Start Date: 6/11/2020 End Date: 6/11/2020 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS �, ��� w E� a� s � x a' n o in " o� �> rn - .� w- a� � � — 19 a i � a� U� .�� � � E J c o On Rods (ft): � � p o 3 y�, -o L V � w C J = � 7After Drllling (ft): 22 � >C7 � o � � � � �o � � o -a .� � � � Q Q Q o� o� oo �� �N OQ- (� 3 � '� � o � JAfter_ Hours (ft): � u�i U'-' a�, o°�,�' o �, � � u, u� O `� J t6 � � � � N N �� Z � � � � d d � � MATERIAL DESCRIPTION Brown SANDY CLAY 4.5+ 11 4.5+ 15 5 4.5+ 16 35 18 17 0.4 / i 4.5+ 12 10 4.5+ 11 / 15 4.5+ 6.2 111 11 18.0 Tan GRAVEL 20 � ♦ 25 ' 29.0 30 Gray LIMESTONE with shale seams 35 100/ 0.75" 40 100/ 1" 45 45.0 100/ TEST BORING TERMINATED AT 45 FT 0.75" A L P H A/� T E S T I N G s�s� Bru.s,, �,�eek Rd. BOR�"� "o.: 6 � Fort Worth, Texas 76119 Phone: R17-496-5600 Sheet 1 of 1 Fux: s»-a9h-shos pROJECT NO.: W201324 W F! E R E I T A L L B E G I W S w�vw.alphatesting.corn Client: Hines Interests, LP - Dallas Location: Fort Worth, Texas Project: Waterside Townhomes - 76 Lots Surface Elevation: Start Date: 6/12/2020 End Date: 6/12/2020 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS �, ��� w E� a� s � x a' n o in " o� �> rn - .� w- a� � J Z� �' i � a� U� ,n(n � ..��. � J � o On Rods (ft): � � p o 3 y�, -o L V � w C J = � 7After Drllling (ft): 2� � >C� � o � E °1 rn �� � " o � .� ~ m � Q Q Q o� o� oo �� �N OQ- (� 3 � '� � o � JAfter_ Hours (ft): � u�i U'-' a�, o°�,�' o �, � � u, u� O `� J t6 � � � � N N �� Z � � � � d d � � MATERIAL DESCRIPTION Brown SANDY CLAY 4.5+ 12 3.25 15 5 � 3.5 19 38 17 21 0.0 3.25 17 10 4.0 14 / � 15 3.5 20 / - with gravel at 18 ft 3.75 10 20 ' =� ♦ 20.0 Tan GRAVEL 25 � - caved to 25 ft at completion 29.0 30 Gray LIMESTONE with shale seams 35 35.0 100/ TEST BORING TERMINATED AT 35 FT 1.25" 40 45 A L P H A/� T E S T I N G s�s� Bru.s,, �,�eek Rd. BOR�"� "o.: ' � Fort Worth, Texas 76119 Phone: R17-496-5600 Sheet 1 of 1 Fux: s»-a9h-shos pROJECT NO.: W201324 W F! E R E I T A L L B E G I W S w�vw.alphatesting.corn Client: Hines Interests, LP - Dallas Location: Fort Worth, Texas Project: Waterside Townhomes - 76 Lots Surface Elevation: Start Date: 6/12/2020 End Date: 6/12/2020 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS �, ��� w E� a� s � x a' n o in " o n rn> a' - .� w- a� � J ZO �' i � � U� ,� Cn � .��+ � J C o On Rods (ft): � � p o 3 y�, -o L V � w C J = � 7After Drllling (ft): 19 � >C� � o � E °1 rn �� � " o � .� ~ m � Q Q Q o� o� oo �� �N OQ- (� 3 � '� � o � JAfter_ Hours (ft): � u�i U'-' a�, o°�,�' o �, � � u, u� O `� J t6 � � � � N N �� Z � � � � d d � � MATERIAL DESCRIPTION ' Brown SANDY CLAY 4.5+ 9 4.5+ 15 5 4.5 21 4.5 17 45 18 27 0.0 ;/ / 4.5 17 10 / 15 � 4.5 15 / � Zp /; 4.25 3.3 112 17 25 ' 25.0 4.5+ 10 30 35 40 45 A L P H A/� T E S T I N G s�s� Bru.s,, �,�eek Rd. BOR�"� "o.: $ � Fort Worth, Texas 76119 Phone: R17-496-5600 Sheet 1 of 1 Fux: s»-a9h-shos pROJECT NO.: W201324 W F! E R E I T A L L B E G I W S w�vw.alphatesting.corn Client: Hines Interests, LP - Dallas Location: Fort Worth, Texas Project: Waterside Townhomes - 76 Lots Surface Elevation: Start Date: 6/11/2020 End Date: 6/11/2020 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS �, ��� w E� a� s � x � � — NONE a i, �� a� C�'`nv' m.°' °' � E � c o On Rods (ft): � � p o 3 y�, -o L V �� �w C J J = � 7After Drllling (ft): DRY � >C7 � o � E °1 rn �� � " o -a � � � . � Q Q Q o� o� oo �� �N OQ- (� 3 � '� � o � JAfter_ Hours (ft): � u�i U'-' a�, o°�,�' o �, � � u, u� O `� J t6 � � � � N N �� Z � � � � d d � � MATERIAL DESCRIPTION Brown SANDY CLAY 4.5+ 10 4.5+ 87 12 37 16 21 0.0 5 /� 4.5+ 12 4.5+ 16 10 � 10.0 4.5+ 13 Brown CLAYEY GRAVEL :; 15 '� ���'` 38 11 28 14 14 , ?i ;,. / . `t � 20 j�- caved at 15 ft . �: � -_ ._ j; 25 !�;� 25.0 TEST BORING TERMINATED AT 25 FT 30 35 40 45 A L P H A/� T E S T I N G s�s� Bru.s,, �,�eek Rd. BOR�"� "o.: g � Fort Worth, Texas 76119 Phone: R17-496-5600 Sheet 1 of 1 Fux: s»-a9h-shos pROJECT NO.: W201324 W F! E R E I T A L L B E G I W S w�vw.alphatesting.corn Client: Hines Interests, LP - Dallas Location: Fort Worth, Texas Project: Waterside Townhomes - 76 Lots Surface Elevation: Start Date: 6/12/2020 End Date: 6/12/2020 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS �, ��� w E� a� s � x � � — NONE a i, �� a� C�'`nv' m.°' °' � E � c o On Rods (ft): � � p o 3 y�, -o L V �� �w C J J = � 7After Drllling (ft): DRY � >C7 � o � E °1 rn �� � " o -a � � � . � Q Q Q o� o� oo �� �N OQ- (� 3 � '� � o � JAfter_ Hours (ft): � u�i U'-' a�, o°�,�' o �, � � u, u� O `� J t6 � � � � N N �� Z � � � � d d � � MATERIAL DESCRIPTION Light Brown SANDY CLAY with limestone fragments 4.5+ 9 38 19 19 - FILL 2_0 Brown SANDY CLAY 4.5+ 15 5 4.5+ 15 41 16 25 4.5+ 7 10 � 4.5+ 9 11.0 Brown SAND 15 `� 63 20 : 76 - caved in at 21 ft 25 .•� 25.0 TEST BORING TERMINATED AT 25 FT 30 35 40 45 aLPHA�� � �f STING KEY TD SOIL SYIIAB�DLS AND CLASSIFICATIQAIS WHERE IT ALL BEGIHS soi� s� RocK sr�nBo�s � {CH}, High Plasticity CLAY � {CLJ, Law Plasticity CLAY � {SC}, CLAYEY SANO � {SR}, Ppoily GradBd SAMQ � {SW}, Well Graded SAN❑ � {SM), 51LTY SANa � {A+1L], SILT � {MHj,ElasticSlLT � LIMESTONE � SHALE I MARL � SANQSTONE � a {GP}, Poorty Gradecl GRAVEL �. {GW], Well Graded GRAVEL � {GC}� CLAYEY GRAVEL � {GM}, SILTY GRAVEL � {�L}, ORGANIG SILT � {dH), �RGANIC ClAY � FILL SAMPLING SYMBOLS ■SHELBY TL1BE {3" OD except wrF�ere nqted otherwiseJ �SRLIT SPOON {2" O� axceptwhere noted otherwise} �AUGER SAMPLE Izl ❑ TE}(AS CONE PENETRATIpN ❑RDCK CORE {2" ID exceptwhere nated atherwise] RELATIVE DENSITY �F COHESIDIVLESS S�ILS �blowslftl VERY LD05E LOOSE ME�IUM dENSE VERY aENSE 0 T� 4 5 TQ 1p 11 TQ 3D 31 TQ 5U OVER 5n SHEAR STRENGTH QF C�HESIVE SDILS ftsfl VERY SQFT 50 FT FIRM STIFF VERY STIFF FiARD LESS THAIV 0.25 0_25 TO 0.5U �.50 TO 1 AQ 1.00 TO 2.flp 2_�0 TO 4.4D OVER 4.�D RELATIVE DEGREE OF PLASTICITY {PI� LQW ME�IUM HIGH VERY HIGH 4 TQ 15 16 TQ 25 2B TQ 35 OVER 35 RELATIIIE PROPORTIONS f°Ia] TRACE 1 TO 1 U LITTLE 11 TO 2Q 50ME 21 TQ 35 AND 36 TQ 5D PARTICLE SIZE I�ENTIFICATIDN fDIAMETER] BOLJL�ERS COBBLES CdARSE GRAVEL FIME GRAVEL GOURSE SANQ MEDILIM SAND FINE SANd 51LT GLAY 8_0" OR LARGER 3.a" TO 8.�" U.75" TO 3.0" 5.6 mm TO 3.0" 2.0 mm TO 5.p mm 0_4 mm TO 5.0 mm p.D7 mm T� 0.4 mm U.002 mm TO 0.07 mm LESS THAN O.Q02 mm CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK Waterside Townhomes Phase 1 CPN 102794 APPLICATI�N FOR FLDODPLAIN ❑EVEL�PMENT PERhIIIT �at� os�lsi�o�o Name of Owner or Applieant Kimley-H�rn and Assaciates, I11C. Telephone No. 8173392269 Address af �wner 8�1 Cherry 5treet, 1.1�11t 11, Neare5i $iream Suite 13Q0 Stream CF-5 Fort Worth, TX 7fi142 Location af Perrnit Area {Aeddress or Legal DescriptionJ 7��' southeast af the intersection af Arporlawn Dri�e and Wateroourse DriWe PURPOSE OF REQUEST: ❑ExcavatiQn ❑Filling ❑Oredging ar Mining PLEASE TYPE Permit Na. FQP-�fl-00139 �ffice Use Dnty ❑ Appro�ed � Appraved W ith ❑aenied" �onditians' Date In: �2�221�te �ut: ����gf�� Processed ev� L. BiggS Appraysd By: �I58 °�4�`°�y��`'"e� hv I i�� 0.iriric Datc: �O�U.12.24 6iggs ,�4�.;g�� �Utility Construction ❑ Building Permit f❑ Grading ❑ Pa�ing ❑ Qrilling qperations ❑ Other BRIEF DESCRIPTION ❑F PR�PdSAL [Attach separate sheet if needed} We are prop�5ing t� mass grade the entire site as sh�wn on the attached "Proposed C�ndition Floodplain Exhibit". This follaws appro�ed FSR-20-02fi C�MPLETE APPLICABLE qUEST14NS: 1. Tvtal drainage area qf watercvurse �°6�� scres. 2. �agulatvry flovd elay. 5�9-4 ❑ Nvt avail�ble. 3. Has sHe pre�iously flooded? ►�❑ Yes ❑ No 4. Is site subject to floading? ❑►� Yss � No 5. Is safe aecess available during times of flvQd7 ❑►� Yes ❑ No ❑ Unknown 6. Is the proposal within the designated flaodway? ❑ Yes �❑ No ❑Unknown l. Have all necessary priar approval permits been olatained from federal, state ar Iocal ga�ernmental agencies?❑+� None Required ❑Yes ❑No {IF na, explain; iF yes, provide copies oF approyal letters ar permits.} ATTACH THE FOLLOWING IF APPLICABLE: 1. Two �2j sets scale drawings showring location, dimensi�ns, elevatians of existing and propased topagraphic alterations, existing and praposed structures, locatian relatir�e to flaodplain area, 2. Extsnt to whfch watercaurse vr natural drainage will be altered ar relocated. 3. 5upporting hydraulic calculations, reports, etc., used as a basis for prvposed impro�ements. 4. Lowest floor elevation [induding hasement) oF all proposed s7uctures. 5. �le�ation to which any nan-res�dential sfructure shall 6e flood proofed, 6. Certificatinn by registered professivnal engineer or architeck that fload proofing criteria are rnet as set forth in 5ectian 7�47, SubSection h, Ordinance No. 11998. aURING THE QCCURRENCE OF A 1flti-YEAR FREQUENCY FLODD WILL THE PROP05AL: �. Reduce capacityof channelslflaadwayslwatercourse in flavdplain area? 2. Measurably increase flood flowslheightsldamage an afF-site properties? 3. Indi�idually ar cambined with ather existing or anticipated development expose adjacent properties to ad�erse flood effects? 4. Increase �elocitieslvolumes af flaad waters sufficiently to create significant erosion �f flaadplain sails on subject praperty or adjacent property upstreamldownstream? 5. Encrvach on floodway causing increase in flood le�els7 6. Prouide cornnensatory staraae fvr anv measurahle loss af flaod stvraae canacitv? Info. Not Yes No AyailakslQ ❑ '�❑ ❑ u � �❑ ❑0 �� �� �� �� FLQaDPLAIN DEVELDPMENT PERMIT The City of Fart Warkh's Floodplain Permit Program is autharized by Sectian 7-318 of City Ordinance Na. 11998, adapted June 13, 1995. This permit is required for all develapment taking place within the area of the 1UU-yearfloadplain {special flvad hazard areas} as shvwn on the current Flood Insurance Rate Maps and Flvvd Boundary-Flaodway Maps, published by the Federal Emergency Management Agency {FEMA}. These maps are available for public inspe�tion in the Engineering Qepartmen#, Municipal Suilding, 7aaa Throckm�rtan atreet. Failure to abtain a Floodplain �e�elapment Permit or vialating ather provisians of City Ordinance No. 1'1998 ar the canditions descrihed within the permit canstitutes a misdemeanor and upon conviction, a person, firm, ar corporation could be fined up to one thousand dollars {$1,QQQ) a day for each day that the �inlatibn �ccurs. I understand that lhe canditians which may be stated for permit appraval or the praWisians of City �rdinanGe hlo. 11998 may be superseded by other pro�isions of Ciry cade or palicies. I further unders#and tha# #his Floodplain Development Permit dves no# cansti#u#e #inal appra�al un#il all develapmen# requiremen#s pl�ced an the property have �een met. These requirements include, but are nat limited tn, City canstruction plan appr��al, platting and camrnunity facilities agreements. This proposal shall be subject ta any change in floadplain de�eloprnent policy at the actual time of de�elopment. Applica#i�n is hereby made for a permit to authDrize the activities described herein. I hereby certify that I am famili�r with the infnrmation contained on this application a nd to the best of my knowledge such information is true and accurate. I further certify that I passess the autharity ta undertake the prQpnsed acti�ity. I understand that if my application is denied, I ha�e sixty [6�) day5 frpm the date af such denial ta appeal the adverse actian to the City Plan Commission. Sig ❑FFICE USE ❑NLY FL��DPLAIN AREA dEFINEQ BY; AE & x FLO�d PLAIN STLJQY Applicant or Authorized Agent 0 FEMA ❑ CDE ❑ FLD�D STUaIES ❑ HIGH WRTER MARKS ❑ OTHER 48439C�285L C�NdITI0N5 F�R APPRdVAL'' dR REA50N5 F�R DENIAL" P�ATE N 'LOMR required to be submitted within 18b days upon completian of c�nstruction within SFHA varies ELEV varies THIS PERMIT SHALL EXPIRE TWO YEAR5 FROM THE QATE DUT ON PAGE 1 A6�VE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK Waterside Townhomes Phase 1 CPN 102794 CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: April 09, 2021 The Fort Worth Water Department’s Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department’s Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department’s Standard Specifications and the Fort Worth Water Department’s Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department’s Standard Specifications or is on the Fort Worth Water Department’s Standard Products List. Table of Content (Click on items to go directly to the page) Items Page A.Water & Sewer 1. Manholes & Bases/Components ........................................................... 1 2.Manholes & Bases/Fiberglass ............................................................... 2 3.Manholes & Bases/Frames & Covers/Rectangular ............................... 3 4.Manholes & Bases/Frames & Covers/Round ....................................... 4 5.Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5 6.Manholes & Bases/Precast Concrete .................................................... 6 7.Manholes & Bases/Rehab Systems/Cementitious ................................ 7 8.Manholes & Bases/Rehab Systems/NonCementitious ......................... 8 9.Manhole Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer ............................................................................... 10 11. Pipes/Ductile Iron ................................................................................. 11 12. Utility Line Marker ............................................................................... 12 B.Sewer 13. Coatings/Epoxy ..................................................................................... 13 14. Coatings/Polyurethane .......................................................................... 14 15. Combination Air Valves ....................................................................... 15 16. Pipes/Concrete ...................................................................................... 16 17. Pipe Enlargement System (Method} .............................................. 1$. Pipes.lFiUerglass Reinforced Pipe .................................................. 19. PipesIHDPE ................................................................................... 2Q. PipeslPiiC (Pressi�re Sewer} .......................................................... 21. PipesIPVC* .................................................................................... 22. PipeslRehabICIPP .......................................................................... 23. PipeslItehablFald & Fai�i ............................................................. 24. Pipe��Qpen Pro�le Large Diaineter ............................................... 17 18 19 2U 21 22 23 24 C. VLrater 25. Appw�tenances ....................................................................................... 2S 25. Balts, Nuts, and Gasl�ets ....................................................................... 26 27. Cainbination Au� Release Valve ........................................................... 27 28. Diy Barrel Fu�e Hyrit�ants ...................................................................... 28 29. Meters ................................................................................................... 29 30. PipeslP�iC (Pressi�re Water) ................................................................. 3U 31. Pipe5.lValves & Fittiv�slI]uctile I�on Fittings ....................................... 31 32. PipeslValves & Fittiv�slResilient Seated Gate Val�e .......................... 32 33. Pipe5.1�'alves & Fittiv�slRi2bber Seated Butterfly Val�e ...................... 33 34. Palyethylene En�asentent ..................................................................... 34 35. Sainplivg Stations ................................................................................. 35 3fi. Autornati� Flus}�er ................................................................................. 36 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeWater & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)07/23/97 33 05 13 Urethane Hydrophilic WaterstopAsahi Kogyo K KAdeka Ultra-Seal P-201ASTM D2240/D412/D79204/26/00 33 05 13 Offset Joint for 4' Diam MHHanson Concrete ProductsDrawing No 35-0048-00104/26/00 33 05 13 Profile Gasket for 4' Diam MHPress-Seal Gasket Corp250-4G GasketASTM C-443/C-361SS MH1/26/99 33 05 13 HDPE Manhole Adjustment RingsLadtech, IncHDPE Adjustment RingNon-traffic area5/13/05 33 05 13 Manhole External WrapCanusa - CPSWrapidSeal Manhole Encapsulation SystemCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.* From Original Standard Products ListClick to Return to the Table of Content1Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13)1/26/99 33 39 13 Fiberglass ManholeFluid Containment, IncFlowtiteASTM 3753Non-traffic area08/30/06 33 39 13 Fiberglass ManholeL F ManufacturingNon-traffic area* From Original Standard Products ListClick to Return to the Table of Content2Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversWestern Iron Works, Bass & Hays Foundry100124"x40" WD* From Original Standard Products ListClick to Return to the Table of Content3Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversWestern Iron Works, Bass & Hays Foundry3002424" Dia*33 05 13 Manhole Frames and CoversMcKinley Iron Works IncA 24 AM24" Dia08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1272ASTM A48 & AASHTO M30624" Dia08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR- 165-LM (Hinged)ASTM A48 & AASHTO M30624" Dia08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryNF 1274ASTM A48 & AASHTO M30630" Dia08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1743-LM (Hinged)ASTM A48 & AASHTO M30630" dia33 05 13 Manhole Frames and CoversSigma CorporationMH-144N33 05 13 Manhole Frames and CoversSigma CorporationMH-143N33 05 13 Manhole Frames and CoversPont-A-MoussonGTS-STD24" dia33 05 13 Manhole Frames and CoversNeenah Casting24" dia10/31/06 33 05 13 Manhole Frames and Covers (Hinged)PowersealHinged Ductile Iron Manhole ASTM A53624" Dia7/25/03 33 05 13 Manhole Frames and CoversSaint-Gobain Pipelines (Pamrex/rexus)RE32-R8FS30" Dia01/31/06 33 05 13 30" Dia MH Ring and CoverEast Jordan Iron WorksV1432-2 and V1483 DesignsAASHTO M306-0430" Dia11/02/10 33 05 13 30" Dia MH Ring and CoverSigma CorporationMH1651FWN & MH1650230" Dia07/19/11 33 05 13 30" Dia MH Ring and CoverStar Pipe ProductsMH32FTWSS-DC 30" Dia08/10/11 33 05 13 30" Dia MH Ring and CoverAccucast220700 Heavy Duty with Gasket Ring30" Dia10/14/13 33 05 13 30" Dia MH Ring and Cover (Hinged & Lockable)East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A53630" Dia06/01/17 34 05 13 30" Dia MH Ring and Cover (Hinged & Lockable) CISIP Industries2280 (32")ASTM A 4830" Dia09/16/19 33 05 13 10 30" Dia MH Ring and Cover Composite Access Products, L PCAP-ONE-30-FTW, Composite, w/ Lock w/o Hing30" Dia* From Original Standard Products ListClick to Return to the Table of Content4Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversPont-A-MoussonPamtight24" Dia*33 05 13 Manhole Frames and CoversNeenah Casting24" Dia*33 05 13 Manhole Frames and CoversWestern Iron Works,Bass & Hays Foundry300-24P24" Dia*33 05 13 Manhole Frames and CoversMcKinley Iron Works IncWPA24AM24" Dia03/08/00 33 05 13 Manhole Frames and CoversAccucastRC-2100ASTM A 4824" Dia04/20/01 33 05 13 Manhole Frames and Covers(SIP)Serampore Industries Private Ltd300-24-23 75 Ring and CoverASTM A 4824" Dia* From Original Standard Products ListClick to Return to the Table of Content5Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13)*33 39 10 Manhole, Precast ConcreteHydro Conduit CorpSPL Item #49ASTM C 47848"*33 39 10 Manhole, Precast ConcreteWall Concrete Pipe Co IncASTM C-44348"09/23/96 33 39 10 Manhole, Precast ConcreteConcrete Product Inc48" I D Manhole w/ 32" ConeASTM C 47848" w/32" cone05/08/18 33 39 10 Manhole, Precast ConcreteThe Turner Company48", 60" I D Manhole w/ 32" ConeASTM C 47848", 60"10/27/06 33 39 10 Manhole, Precast ConcreteOldcastle Precast Inc48" I D Manhole w/ 24" ConeASTM C 47848" Diam w 24" Ring06/09/10 33 39 10 Manhole, Precast (Reinforce Polymer)ConcreteUS Composite PipeReinforced Polymer Concrete ASTM C-7648" to 72"09/06/19 33 39 20 Manhole, Precast ConcreteForterra Pipe and Precast60" & 72" I D Manhole w/32" ConeASTM C-7660" & 72"* From Original Standard Products ListClick to Return to the Table of Content6Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious*E1-14 Manhole Rehab SystemsQuadex04/23/01E1-14 Manhole Rehab SystemsStandard Cement Materials, IncReliner MSPE1-14 Manhole Rehab SystemsAP/M Permaform4/20/01E1-14 Manhole Rehab SystemStrong CompanyStrong Seal MS2A Rehab System5/12/03E1-14 Manhole Rehab System (Liner)Poly-triplex TechnologiesMH repair product to stop infiltrationASTM D581308/30/06General Concrete RepairFlexKrete TechnologiesVinyl Polyester Repair ProductMisc Use* From Original Standard Products ListClick to Return to the Table of Content7Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious05/20/96E1-14 Manhole Rehab SystemsSprayroq, Spray Wall Polyurethane CoatingASTM D639/D790*E1-14 Manhole Rehab SystemsSun Coast12/14/01Coating for Corrosion protection(Exterior)ERTECHSeries 20230 and 2100 (Asphatic Emulsion)For Exterior Coating of Concrete Structures Only01/31/06Coatings for Corrosion ProtectionChestertonArc 791, S1HB, S1, S2Acid Resistance TestSewer Applications8/28/2006Coatings for Corrosion ProtectionWarren EnvironmentalS-301 and M-301Sewer Applications08/30/06Coatings for Corrosion ProtectionCitadelSLS-30 Solids EpoxySewer Applications03/19/1833 05 16, 33 39 10, 33 39 20 Coating for Corrosion protection(Exterior)Sherwin WilliamsRR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion)For Exterior Coating of Concrete Structures Only* From Original Standard Products ListClick to Return to the Table of Content8Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16)*33 05 13 Manhole InsertKnutson EnterprisesMade to Order - PlasticASTM D 1248For 24" dia*33 05 13 Manhole InsertSouth Western PackagingMade to Order - PlasticASTM D 1248For 24" dia*33 05 13 Manhole InsertNoflow-InflowMade to Order - PlasticASTM D 1248For 24" dia09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, IncLifeSaver - Stainless SteelFor 24" dia09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, IncTetherLok - Stainless SteelFor 24" dia* From Original Standard Products ListClick to Return to the Table of Content9Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13)11/04/02Steel Band Casing SpacersAdvanced Products and Systems, IncCarbon Steel Spacers, Model SI02/02/93Stainless Steel Casing SpacerAdvanced Products and Systems, IncStainless Steel Spacer, Model SSI04/22/87Casing SpacersCascade Waterworks ManufacturingCasing Spacers09/14/10Stainless Steel Casing SpacerPipeline Seal and InsulatorStainless Steel Casing SpacerUp to 48"09/14/10Coated Steel Casin SpacersPipeline Seal and InsulatorCoated Steel Casin SpacersUp to 48" 05/10/11Stainless Steel Casing SpacerPowerseal4810 PowerchockUp to 48"03/19/18Casing SpacersBWMSS-12 Casing Spacer(Stainless Steel)03/19/18Casing SpacersBWMFB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing* From Original Standard Products ListClick to Return to the Table of Content10Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13)*33 11 10 Ductile Iron PipeGriffin Pipe Products, CoSuper Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C1513" thru 24"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe CoAmerican Fastite Pipe (Bell Spigot)AWWA C150, C1514" thru 30"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe CoAmerican Flex Ring (Restrained Joint)AWWA C150, C1514" thru 30"*33 11 10 Ductile Iron PipeU S Pipe and Foundry CoAWWA C150, C151*33 11 10 Ductile Iron PipeMcWane Cast Iron Pipe CoAWWA C150, C151* From Original Standard Products ListClick to Return to the Table of Content11Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Utility Line Marker (08/24/2018)* From Original Standard Products ListClick to Return to the Table of Content12Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Coatings/Epoxy 33-39-60 (01/08/13)02/25/02Epoxy Lining SystemSauereisen, IncSewerGard 210RSLA County #210-1 3312/14/01Epoxy Lining SystemErtech Technical CoatingsErtech 2030 and 2100 Series04/14/05Interior Ductile Iron Pipe CoatingInduronProtecto 401ASTM B-117Ductile Iron Pipe Only01/31/06Coatings for Corrosion ProtectionChestertonArc 791, S1HB, S1, S2Acid Resistance TestSewer Applications8/28/2006Coatings for Corrosion ProtectionWarren EnvironmentalS-301 and M-301Sewer Applications* From Original Standard Products ListClick to Return to the Table of Content13Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Coatings/Polyurethane* From Original Standard Products ListClick to Return to the Table of Content14Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release ValveA R I USA, IncD025LTP02(Composite Body)2"* From Original Standard Products ListClick to Return to the Table of Content15Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Concrete*E1-04 Conc Pipe, ReinforcedWall Concrete Pipe Co IncASTM C 76*E1-04 Conc Pipe, ReinforcedHydro Conduit CorporationClass III T&G, SPL Item #77ASTM C 76*E1-04 Conc Pipe, ReinforcedHanson Concrete ProductsSPL Item #95 Manhole, #98 PipeASTM C 76*E1-04 Conc Pipe, ReinforcedConcrete Pipe & Products Co IncASTM C 76* From Original Standard Products ListClick to Return to the Table of Content16Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13)PIM SystemPIM CorporationPolyethylenePIM Corp , Piscata Way, N J Approved PreviouslyMcConnell SystemsMcLat ConstructionPolyethyleneHouston, TexasApproved PreviouslyTRS SystemsTrenchless Replacement SystemPolyethyleneCalgary, CanadaApproved Previously* From Original Standard Products ListClick to Return to the Table of Content17Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe/Fiberglass Reinforced Pipe 33-31-13(1/8/13)7/21/97 33 31 13 Cent Cast Fiberglass (FRP)Hobas Pipe USA, IncHobas Pipe (Non-Pressure)ASTM D3262/D375403/22/10 33 31 13 Fiberglass Pipe (FRP)AmeronBondstrand RPMP PipeASTM D3262/D375404/09/21Glass-Fiber Reinforced Polymer Pipe (FRP)Thompson Pipe GroupThompson Pipe (Flowtite)ASTM D3262/D37544/14/05Polymer Modified Concrete PipeAmitech USAMeyer Polycrete PipeASTM C33, A276, F4778" to 102", Class V06/09/10E1-9 Reinforced Polymer Concrete PipeUS Composite PipeReinforced Polymer Concrete PipeASTM C-76* From Original Standard Products ListClick to Return to the Table of Content18Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/HDPE 33-31-23(1/8/13)*High-density polyethylene pipePhillips Driscopipe, IncOpticore Ductile Polyethylene PipeASTM D 12488"*High-density polyethylene pipePlexco IncASTM D 12488"*High-density polyethylene pipePolly Pipe, IncASTM D 12488"High-density polyethylene pipeCSR Hydro Conduit/Pipeline SystemsMcConnell Pipe EnlargementASTM D 1248* From Original Standard Products ListClick to Return to the Table of Content19Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13)12/02/11 33-11-12 DR-14 PVC Pressure PipePipelife JetstreamPVC Pressure PipeAWWA C9004" thru 12"10/22/14 33-11-12 DR-14 PVC Pressure PipeRoyal Building ProductsRoyal Seal PVC Pressure PipeAWWA C9004" thru 12"* From Original Standard Products ListClick to Return to the Table of Content20Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/PVC* 33-31-20 (7/1/13)*33-31-20 PVC Sewer PipeJ-M Manufacturing Co , Inc (JM Eagle)SDR-26ASTM D 30344" - 15"12/23/97* 33-31-20 PVC Sewer PipeDiamond Plastics CorporationSDR-26ASTM D 30344" thru 15"*33-31-20 PVC Sewer PipeLamson Vylon PipeASTM F 7894" thru 15"01/18/18 33-31-20 PVC Sewer PipeVinyltech PVC PipeGravity SewerASTM D30344" thru 15"11/11/98 33-31-20 PVC Sewer PipeDiamond Plastics Corporation "S" Gravity Sewer PipeASTM F 67918" to 27"*33-31-20 PVC Sewer PipeJ-M Manufacturing Co, Inc (JM Eagle)SDR 26/35 PS 115/46ASTM F 67918" - 28"09/11/12 33-31-20 PVC Sewer PipePipelife Jet StreamSDR-26 and SDR-35ASTM F-67918"05/06/0533-31-20PVC Solid Wall PipeDiamond Plastics CorporationSDR 26/35 PS 115/46ASTM F-67918" to 48"04/27/0633-31-20PVC Sewer Fittings HarcoSDR-26 and SDR-35 Gasket Fittings ASTM D-3034, D-1784, etc4" - 15"*33-31-20PVC Sewer FittingsPlastic Trends, In cGasketed PVC Sewer Main FittingsASTM D 30343/19/2018 33 31 20 PVC Sewer PipePipelife Jet StreamSDR 35ASTM F67918"- 24"3/19/2018 33 31 20 PVC Sewer PipePipelife Jet StreamSDR 26ASTM D30344"- 15"3/29/2019 33 31 20Gasketed Fittings (PVC)GPK Products, IncSDR 26ASTM D3034/F-6794"- 15"10/21/2020 33 31 20 PVC Sewer PipeNAPCOSDR 26ASTM D30344" - 15"10/22/2020 33 31 20 PVC Sewer PipeSanderson Pipe CorpSDR 26ASTM D30344"- 15"10/21/2020 33 31 20 PVC Sewer PipeNAPCOSDR 26/35 PS 115/46ASTM F-67918"- 36"* From Original Standard Products ListClick to Return to the Table of Content21Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Rehab/CIPP 33-31-12 (01/18/13)*Cured in Place PipeInsituform Texark, IncASTM F 121605/03/99Cured in Place PipeNational Envirotech GroupNational Liner, (SPL) Item #27ASTM F-1216/D-581305/29/96Cured in Place PipeReynolds Inc/Inliner Technolgy (Inliner USA)Inliner TechnologyASTM F 1216* From Original Standard Products ListClick to Return to the Table of Content22Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Rehab/Fold & Form*Fold and Form PipeCullum Pipe Systems, Inc11/03/98Fold and Form PipeInsituform Technologies, IncInsituform "NuPIpe"ASTM F-1504Fold and Form PipeAmerican Pipe & Plastics, IncDemo Purpose Only12/04/00Fold and Form PipeUltralinerUltraliner PVC Alloy PipelinerASTM F-1504, 1871, 186706/09/03Fold and Form PipeMiller Pipeline CorpEX MethodASTM F-1504, F-1947Up to 18" diameter* From Original Standard Products ListClick to Return to the Table of Content23Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Open Profile Large Diameter09/26/91 E100-2 PVC Sewer Pipe, RibbedLamson Vylon PipeCarlon Vylon H C Closed Profile Pipe,ASTM F 67918" to 48"09/26/91 E100-2 PVC Sewer Pipe, RibbedExtrusion Technologies, IncUltra-Rib Open Profile Sewer PipeASTM F 67918" to 48"E100-2 PVC Sewer Pipe, RibbedUponor ETI Company11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double WallAdvanced Drainage Systems (ADS) SaniTite HP Double Wall (Corrugated)ASTM F 273624"-30"11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple WallAdvanced Drainage Systems (ADS)SaniTite HP Triple Wall PipeASTM F 276430" to 60"05/16/11Steel Reinforced Polyethylene PipeConTech Construction ProductsDurmaxxASTM F 256224" to 72"* From Original Standard Products ListClick to Return to the Table of Content24Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Appurtenances 33-12-10 (07/01/13)01/18/18 33-12-10 Double Strap SaddleRomac202NS Nylon CoatedAWWA C8001"-2" SVC, up to 24" Pipe08/28/02Double Strap SaddleSmith Blair #317 Nylon Coated Double Strap Saddle07/23/12 33-12-10 Double Strap Service SaddleMueller CompanyDR2S Double (SS) Strap DI SaddleAWWA C8001"-2" SVC, up to 24" Pipe10/27/87Curb Stops-Ball Meter ValvesMcDonald6100M,6100MT & 610MT 3/4" and 1"10/27/87Curb Stops-Ball Meter ValvesMcDonald4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co , IncFB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NLAWWA C8002"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co , IncFB600-6-NL, FB1600-6-NL, FV23-666-W-NL, L22-66NLAWWA C8001-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co , IncFB600-4-NL, FB1600-4-NL, B11-444-WR-NL, B22444-WR-NL, L28-44NLAWWA C8001"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co , LtdB-25000N, B-24277N-3, B-20200N-3, H-15000N, , H-1552N, H142276NAWWA C800, ANSF 61, ANSI/NSF 3722"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co , LtdB-25000N, B-20200N-3, B-24277N-3,H-15000N, H-14276N, H-15525NAWWA C800, ANSF 61, ANSI/NSF 3721-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co , LtdB-25000N, B-20200N-3,H-15000N, H-15530NAWWA C800, ANSF 61, ANSI/NSF 3721"01/26/00Coated Tapping Saddle with Double SS StrapsJCM Industries, Inc#406 Double Band SS Saddle1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel)JCM Industries, Inc412 Tapping Sleeve ESSAWWA C-223Up to 30" w/12" Out05/10/11Tapping Sleeve (Stainless Steel)Powerseal3490AS (Flange) & 3490MJ4"-8" and 16"02/29/12 33-12-25 Tapping Sleeve (Coated Steel)RomacFTS 420AWWA C-223U p to 42" w/24" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST Stainless SteelAWWA C-223Up to 24" w/12" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST III Stainless SteelAWWA C-223Up to 30" w/12" Out05/10/11Joint Repair ClampPowerseal3232 Bell Joint Repair Clamp4" to 30"Plastic Meter Box w/Composite LidDFW Plastics IncDFW37C-12-1EPAF FTWPlastic Meter Box w/Composite LidDFW Plastics IncDFW39C-12-1EPAF FTW08/30/06Plastic Meter Box w/Composite LidDFW Plastics IncDFW65C-14-1EPAF FTWClass "A"Concrete Meter BoxBass & HaysCMB37-B12 1118 LID-9Concrete Meter BoxBass & HaysCMB-18-Dual 1416 LID-9Concrete Meter BoxBass & HaysCMB65-B65 1527 LID-9* From Original Standard Products ListClick to Return to the Table of Content25Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13)* From Original Standard Products ListClick to Return to the Table of Content26Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Combination Air Release 33-31-70 (01/08/13)*E1-11 Combination Air Release ValveGA Industries, IncEmpire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 240 - float, ASTM A 307 - Cover Bolts1" & 2"*E1-11 Combination Air Release ValveMultiplex Manufacturing CoCrispin Air and Vacuum Valves, Model No 1/2", 1" & 2"*E1-11 Combination Air Release ValveValve and Primer CorpAPCO #143C, #145C and #147C1", 2" & 3"* From Original Standard Products ListClick to Return to the Table of Content27Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14)10/01/87 E-1-12 Dry Barrel Fire HydrantAmerican-Darling ValveDrawing Nos 90-18608, 94-18560AWWA C-50203/31/88 E-1-12 Dry Barrel Fire HydrantAmerican Darling ValveShop Drawing No 94-18791 AWWA C-50209/30/87 E-1-12 Dry Barrel Fire HydrantClow CorporationShop Drawing No D-19895AWWA C-50201/12/93 E-1-12 Dry Barrel Fire HydrantAmerican AVK CompanyModel 2700AWWA C-50208/24/88 E-1-12 Dry Barrel Fire HydrantClow CorporationDrawings D20435, D20436, B20506AWWA C-502E-1-12 Dry Barrel Fire HydrantITT Kennedy ValveShop Drawing No D-80783FWAWWA C-50209/24/87 E-1-12 Dry Barrel Fire HydrantM&H Valve CompanyShop Drawing No 13476AWWA C-50210/14/87 E-1-12 Dry Barrel Fire HydrantMueller CompanyShop Drawings No 6461 A-423 CenturionAWWA C-50201/15/88E1-12 Dry Barrel Fire HydrantMueller CompanyShop Drawing FH-12A-423 Super Centurion 200AWWA C-50210/09/87 E-1-12 Dry Barrel Fire HydrantU S Pipe & FoundryShop Drawing No 960250AWWA C-50209/16/87 E-1-12 Dry Barrel Fire HydrantWaterous CompanyShop Drawing No SK740803AWWA C-50208/12/16 33-12-40 Dry Barrel Fire HydrantEJ (East Jordan Iron Works)WaterMaster 5CD250* From Original Standard Products ListClick to Return to the Table of Content28Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Meters02/05/93 E101-5 Detector Check MeterAmes CompanyModel 1000 Detector Check ValveAWWA C5504" - 10"08/05/04Magnetic Drive Vertical TurbineHerseyMagnetic Drive VerticalAWWA C701, Class 13/4" - 6"* From Original Standard Products ListClick to Return to the Table of Content29Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)01/18/18 33-11-12 PVC Pressure PipeVinyltech PVC PipeDR14AWWA C900, AWWA C605, ASTM D17844"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR14AWWA C9004"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR18AWWA C90016"-24"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationDR 14AWWA C9004"-12"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationDR 18AWWA C90016"-24"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manufacturing Co , Inc d/b/a JM EagleDR 14AWWA C900-16UL 1285ANSI/NSF 61FM 16124"-28"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manufacturing Co , Inc d/b/a JM EagleDR 18AWWA C900-16UL 1285ANSI/NSF 61FM 161216"-24"9/6/2019 33 11 12 PVC Pressure PipeUnderground Solutions IncDR14 Fusible PVCAWWA C9004" - 8"9/6/2019 33 11 12 PVC Pressure PipeNAPCODR18AWWA C90016" - 24"9/6/2019 33 11 12 PVC Pressure PipeNAPCODR14AWWA C9004"- 12"9/6/2019 33 11 12 PVC Pressure PipeSanderson Pipe CorpDR14AWWA C9004"- 12"* From Original Standard Products ListClick to Return to the Table of Content30Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13)07/23/92E1-07 Ductile Iron FittingsStar Pipe Products, IncMechanical Joint FittingsAWWA C153 & C110*E1-07 Ductile Iron FittingsGriffin Pipe Products, CoMechanical Joint FittingsAWWA C 110*E1-07 Ductile Iron FittingsMcWane/Tyler Pipe/ Union Utilities DivisionMechanical Joint Fittings, SSB Class 350AWWA C 153, C 110, C 11108/11/98E1-07 Ductile Iron FittingsSigma, CoMechanical Joint Fittings, SSB Class 351AWWA C 153, C 110, C 11202/26/14E1-07 MJ FittingsAccucastClass 350 C-153 MJ FittingsAWWA C1534"-12"05/14/98E1-07 Ductile Iron Joint RestraintsFord Meter Box Co /Uni-FlangeUni-Flange Series 1400 AWWA C111/C1534" to 36"05/14/98E1-24 PVC Joint RestraintsFord Meter Box Co /Uni-FlangeUni-Flange Series 1500 Circle-LockAWWA C111/C1534" to 24" 11/09/04E1-07 Ductile Iron Joint RestraintsOne Bolt, IncOne Bolt Restrained Joint FittingAWWA C111/C116/C1534" to 12"02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint RestraintEBAA Iron, IncMegalug Series 1100 (for DI Pipe)AWWA C111/C116/C1534" to 42"02/29/12 33-11-11 PVC Pipe Mechanical Joint RestraintEBAA Iron, IncMegalug Series 2000 (for PVC Pipe)AWWA C111/C116/C1534" to 24"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, CoSigma One-Lok SLC4 - SLC10AWWA C111/C1534" to 10"03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC)Sigma, CoSigma One-Lok SLCS4 - SLCS12AWWA C111/C1534" to 12"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, CoSigma One-Lok SLCEAWWA C111/C15312" to 24"08/10/98E1-07 MJ Fittings(DIP)Sigma, CoSigma One-Lok SLDEAWWA C1534" - 24"10/12/10E1-24 Interior Restrained Joint SystemS & B Techncial ProductsBulldog System ( Diamond Lok 21 & JM Eagle ASTM F-16244" to 12"08/16/06E1-07 Mechanical Joint FittingsSIP Industries(Serampore)Mechanical Joint FittingsAWWA C1534" to 24"11/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, IncPVC Stargrip Series 4000ASTM A536 AWWA C11111/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, IncDIP Stargrip Series 3000ASTM A536 AWWA C11103/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Black For DIPASTM A536 AWWA C1113"-48"03/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC PipeASTM A536 AWWA C1114"-12"03/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC PipeASTM A536 AWWA C11116"-24"* From Original Standard Products ListClick to Return to the Table of Content31Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15)Resilient Wedged Gate Valve w/no GearsAmerican Flow ControlSeries 2500 Drawing # 94-2024716"12/13/02Resilient Wedge Gate ValveAmerican Flow ControlSeries 2530 and Series 2536AWWA C51530" and 36"08/31/99Resilient Wedge Gate ValveAmerican Flow ControlSeries 2520 & 2524 (SD 94-20255)AWWA C51520" and 24"05/18/99Resilient Wedge Gate ValveAmerican Flow ControlSeries 2516 (SD 94-20247)AWWA C51516"10/24/00E1-26 Resilient Wedge Gate ValveAmerican Flow ControlSeries 2500 (Ductile Iron)AWWA C5154" to 12"08/05/04Resilient Wedge Gate ValveAmerican Flow Control42" and 48" AFC 2500AWWA C51542" and 48"05/23/91E1-26 Resilient Wedge Gate ValveAmerican AVK CompanyAmerican AVK Resilient Seaded GVAWWA C5094" to 12"01/24/02E1-26 Resilient Wedge Gate ValveAmerican AVK Company20" and smaller*E1-26 Resilient Seated Gate ValveKennedy4" - 12"*E1-26 Resilient Seated Gate ValveM&H4" - 12"*E1-26 Resilient Seated Gate ValveMueller Co4" - 12"11/08/99Resilient Wedge Gate Valve Mueller CoSeries A2361 (SD 6647)AWWA C51516"01/23/03Resilient Wedge Gate ValveMueller CoSeries A2360 for 18"-24" (SD 6709)AWWA C51524" and smaller05/13/05Resilient Wedge Gate ValveMueller CoMueller 30" & 36", C-515AWWA C51530" and 36"01/31/06Resilient Wedge Gate ValveMueller CoMueller 42" & 48", C-515AWWA C51542" and 48"01/28/88E1-26 Resilient Wedge Gate ValveClow Valve CoAWWA C5094" - 12"10/04/94Resilient Wedge Gate ValveClow Valve Co16" RS GV (SD D-20995)AWWA C51516"11/08/99E1-26 Resilient Wedge Gate ValveClow Valve CoClow RW Valve (SD D-21652)AWWA C51524" and smaller11/29/04Resilient Wedge Gate Valve Clow Valve CoClow 30" & 36" C-515AWWA C51530" and 36" (Note 3)11/30/12Resilient Wedge Gate ValveClow Valve CoClow Valve Model 2638AWWA C51524" to 48" (Note 3)05/08/91E1-26 Resilient Seated Gate ValveStockham Valves & FittingsAWWA C 509, ANSI 420 - stem, ASTM A 276 Type 304 - Bolts & nuts4" - 12"*E1-26 Resilient Seated Gate ValveU S Pipe and Foundry CoMetroseal 250, requirements SPL #743" to 16"10/26/16 33-12-20 Resilient Seated Gate ValveEJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes08/24/18Matco Gate Valve Matco-Norca225 MRAWWA/ANSI C115/An21 154" to 16"* From Original Standard Products ListClick to Return to the Table of Content32Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14)*E1-30 Rubber Seated Butterfly ValveHenry Pratt CoAWWA C-50424"*E1-30 Rubber Seated Butterfly ValveMueller CoAWWA C-50424"and smaller1/11/99E1-30 Rubber Seated Butterfly ValveDezurik Valves CoAWWA C-50424" and larger06/12/03E1-30 Valmatic American Butterfly ValveValmatic Valve and Manufacturing Corp Valmatic American Butterfly ValveAWWA C-504Up to 84" diameter04/06/07E1-30 Rubber Seated Butterfly ValveM&H ValveM&H Style 4500 & 1450 AWWA C-50424" to 48"03/19/18 33 12 21 Rubber Seated Butterfly ValveG A Industries (Golden Anderson)AWWA C504 Butterfly ValveAWWA C-50430"-54"* From Original Standard Products ListClick to Return to the Table of Content33Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Polyethylene Encasement 33-11-10 (01/08/13)05/12/05E1-13 Polyethylene EncasmentFlexsol PackagingFulton Enterprises AWWA C1058 mil LLD05/12/05E1-13 Polyethylene EncasmentMountain States Plastics (MSP) and AEP IndStandard HardwareAWWA C1058 mil LLD05/12/05E1-13 Polyethylene EncasmentAEP IndustriesBullstrong by Cowtown Bolt & GasketAWWA C1058 mil LLD09/06/19 33-11-11 Polyethylene EncasmentNorthtown Products Inc PE Encasement for DIPAWWA C1058 mil LLD* From Original Standard Products ListClick to Return to the Table of Content34Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Sampling Station3/12/96Water Sampling StationWater PlusB20 Water Sampling Station* From Original Standard Products ListClick to Return to the Table of Content35Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Automatic Flusher10/21/20Automated Flushing SystemMueller HydroguardHG6-A-IN-2-BRN-LPRR(Portable) HG2-A-IN--2-PVC-018-LPLG(Permanent)04/09/21Automated Flushing SystemKupferle Foundry CompanyEclipse #9800wc04/09/21Automated Flushing SystemKupferle Foundry CompanyEclipse #9700 (Portable)* From Original Standard Products ListClick to Return to the Table of Content36Updated:04/09/2021