Loading...
HomeMy WebLinkAboutContract 57428-PM1JEFFREY LANDON 134895 3/14/2022 CSC No. 57428-PM1 00 00 00 STANDARD CONSTRUCTION SPECIFiCATION DOCUMENTS SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Page 1 of 6 Last Revised nno io�� i�..;+„+;,,� +„ o:aa,,..� nzi���n nn � i i� rr�+,-,,,.r;,,�� +„ u;aao,-� n� i�ni�mn �� �� �g � nn in�T 00 42 43 Pro osal Form Unit Price OS/22/2019 nn�� � nn in�T �} � nn in�T 00 45 12 Prequalification Statement 09/Ol/2015 nno n�s n� in� ��o 00 45 26 Contractor Com liance with Warkers' Com ensation Law 04/02/2014 89-4�49 nQ ���a 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurancc 07/O1/2011 00 62 13 Performance Bond O1/31/2012 00 62 14 Pa ment Bond O1/31/2012 00 62 19 Maintenance Bond O1/31/2012 �gg r-�o�o,-„i r-,.�a;.:,.�� i i �i�� �-�$g n� in�T 00 73 10 Standard City Conditions of the Construction Contract far Developer O1/10/2013 Awarded Pro'ects Division O1 - General Requirements Last Revised O1 11 00 Summa of Work 12/20/2012 O1 25 00 Substitution Procedures 08/30/2013 O1 31 19 Prcconstruction Meeting 08/30/2013 ni � i �n n.-�:o,.. r,r,,,,.:�,.,, fl�in i i�ni i pT�TLO __J��._'_�� ___D.. VTTCTTTG�Tl ni z� zz n,.o,.,,.,��..,,,.+;,,., ��;ao„ nszizni�ni z �� �� O1 33 00 Submittals 08/30/2013 n �v�-�si� n Q��oa,-�v�v i� O 1 45 23 Testing and Inspection Services 03/20/2020 O] 50 00 Temporary Facilities and Controls 07/O1/2011 O1 55 26 Street Use Permit and Modifications to Traffic Control 07/O1/2011 01 57 13 Storm Water Pollution Prevention Plan 07/O1/2011 O1 60 00 Product Re uirements 03/20/2020 O1 66 00 Product Storage and Handling Requirements 04/07/2014 �g ra„w:t:.,.,«:,.� .,�a n,,,�,,,w:t:,.,«:,,� nn in�� O1 71 23 Construction Stakin 04/07/2014 O1 74 23 Cleanin 04/07/2014 Ol 77 l9 Closeout Re uirements 04/07/2014 Ol 78 23 O eration and Maintenance Data 04/07/2014 O1 78 39 Project Record Documents 04/07/2014 CITY OF FORT WORTH HEA9PHILL ROAD & STREET A STANDARD CONSTRUCTION SPECIFiCATION DOCliMI�,NTS — DEVELOPER AWARDED PROJF.CTS CITYPROJF.CT NO. 103517 Revised March 2Q 2020 00 00 00 STANDARD CONSTRUCTION SPECiFiCATiON DOCUMENTS Page 2 of 6 Technical SPecifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents None. CITY OF FORT WORTH HEA9PHILL ROAD & STREET A STANDARD CONSTRUCTION SPECIFiCATION DOCUMF,NTS — DEVELOPER AWARDED PROJF.CTS CITYPROJF.CT NO. 103517 Revised March 2Q 2020 00 00 00 STANDARD CONSTRUCTION SPECiFiCATiON DOCUMENTS Page 3 of 6 Technical SPecifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httq://fortworthtexas.�ov/tpw/contractors/ or https://apps.fortworthtexas.gov/ProiectResources/ Division 02 - Existin Conditions 02 41 13 Selective Site Demolition 02 41 14 Utili Removal/Abandonment 02 41 15 Pavin� Removal Division 03 - Concrete Last Revised 12/20/2012 12/20/2012 02/02/2016 03 30 00 Cast-In-Place Concrete 12/20/2012 03 34 13 Controlled Low Stren th Material CLSM 12/20/2012 03 34 16 Concrete Basc Material for Trench Rc air l 2/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 OS 00 Common Work Rcsults for Electrical 11/22/2013 � n,,.,.�,,.�:.:,.� F.. ��,,,,,.-;,.,.� c,..,.,,.-.�,., � 1�1r�,-rvrivi= � _---"--'---- --- ---'---'--- -� "----= 26 OS 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 OS 43 Under round Ducts and Racewa s for Electrical S stems 07/O1/2011 26 OS 50 Communications Multi-Duct Conduit 02/26/2016 Division 31 - Earthworl� 31 10 00 Site Clearing 12/20/2012 31 23 16 Unclassified Excavation O1/28/2013 31 23 23 Borrow O1/28/2013 31 24 00 Embankments O1/28/2013 31 25 00 Erosion and Scdimcnt Control 12/20/2012 �,�o �^� ,����� 31 37 00 Ri ra 12/20/2012 liiv�sion 3L - �;xterior im rovements 32 O1 17 Permanent Asphalt Paving Repair 12/20/2012 � ��o n��z�� 32 O1 29 Concrete Pavin Re air 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 �T ��f`�-Z71T/T7 32 12 l6 As halt Pavin 12/20/2012 �� 1 �^7� n �,.L..,lr D.,.,;..,. �,-.,,.lr co.,l.,rt� i �i�n/�ni � �� �z 32 13 13 Concrete Paving 12/20/2012 32 13 20 Concrete Sidewalks, Drivewa s and Barrier Free Ram s 06/OS/2018 32 13 73 Concrete Pavin Joint Sealant5 12/20/2012 2� �n �� iv�ni�ni� �r-r�--ry � c,-z-vrz-v-iz 32 16 l3 Concrete Curb and Gutters and Valley Gutters 10/OS/2016 CITY OF FORT WORTH HEA9PHILL ROAD & STREET A STANDARD CONSTRUCTION SPECIFiCATION DOCUMF,NTS — DEVELOPER AWARDED PROJF.CTS CITYPROJF.CT NO. 103517 Revised March 2Q 2020 00 00 00 STANDARD CONSTRUCTION SPECIFiCATION DOCUMF,NTS Page 4 of 6 32 17 23 Pavcment Markin s 11/22/2013 �� 17 �c r�,,,-L, naa,-o�� U.,;..r;..,. i iin���ni� �� �� R� '21 1 R !''L,.,;.� L'o,�,.o� .,,�a !`_.,ro� i �i�n/�ni � �� �_ ���o �x�:..o �o�,.o� ,.�a r_,.+o� i �i��� ���� �a�,,,,a Go�,.o� „�a r=.,ro� i�i��� '27�� !'.,�+ ;,�. Dl,,,.o !',,,�.,.,-oro Dor.,;,�,;..,. \7lJ„11� ���� 32 91 19 To soil Placement and Finishin of Parkwa s 12/20/2012 32 92 13 Hydro-Mulching, Seeding, and Sodding 12/20/2012 �� n2 n� -r,.00� ,.�a ct�...,w� i�i�ni�ni� �-�rsn r�-zv,av-rt Division 33 - Utilities 33 O1 30 Sewer and Manhole Testing 12/20/2012 33 O1 31 Closed Circuit Television (CCTV) Ins ection 03/03/2016 33 03 10 B ass Pum in of Existin Sewer S stems 12/20/2012 �� nn in i�i�ni�ni� �--�o �� �� nn i i r,,..-,-,.�;,.� r�,.�,.-,.1 rra�r c,.,,;,.,,� i �i�ni�ni � �--�T �� �� nn i� i�i�ni�ni� �vrrr r�,-�„zv-rL �� nn �n n�mi i�ni i T_,--ono o„-o�-.�z 33 04 40 Cleanin and Acce tance Testin of Water Mains 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 33 OS 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 33 OS 12 Water Line Lowerin 12/20/2012 33 OS 13 Frame, Cover and Grade Rin s— Cast Iron O1/22/2016 33 OS 13.10 Frame, Cover and Grade Rin s— Com osite O1/22/2016 33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 12/20/2012 Grade 33 OS 16 Concrete Water Vaults l2/20/2012 33 OS 17 Concrete Collars 12/20/2012 33 OS 20 Auger Boring 12/20/2012 '2'2 !1C � 1 T,,.,.,ol T;�o,- Dl.,ro i � nn/�ni � T�GT �T�P1Z 33 OS 22 Steel Casin Pi e 12/20/2012 � ��� n��z�� 33 OS 24 Installation of Carrier Pi e in Casin or Tunnel Liner Plate 06/19/2013 33 OS 26 Utilit Markers/Locators 12/20/2012 33 OS 30 Location of Existing Utilities 12/20/2012 33 11 OS Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pi e 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Pol vin 1 Chloride PVC) Pressure Pi e 11/16/2018 ���� R.,« \E1«�,-.,-.oa C+ool r.,l;,,ao« T.,,-.o i �i�n/�ni � EBirE�e�@�-rc5sl�r�i,••�� � rLrz-vrzv-iz '2'2�� iz�ivrz�rc 33 12 l0 Water Services 1-inch to 2-inch 02/14/2017 22 � 1 � � r.. ,.,. �xT..r,... r,r,.+,,,.., i v�nnni � 7TITTT ��D: TiTL'�])'iTllT 33 12 20 Resilient Seated Gate Valve 12/20/2012 '2'2�T n\7I7\)ITnD„L,L,o«co.,re,aT2„rre,-fl.,�l.,t.,o� ��/��z 33 12 25 Connection to Existin Water Mains 02/06/2013 �� �� �n i�i�ni�ni� �--rz�v -m-z-vrrv-.z 33 12 40 Fire Hydrants O1/03/2014 �� ,�o ,����� CITY OF FORT WORTH HEA9PHILL ROAD & STREET A STANDARD CONSTRUCTION SPECIFiCATION DOCUMF,NTS - DEVELOPER AWARDED PROJF.CTS CITYPROJF.CT NO. 103517 Revised March 2Q 2020 00 00 00 STANDARD CONSTRUCTION SPECIFiCATION DOCUMENTS Page 5 of 6 33 12 60 Standard Blow-off Valve Assembl 06/19/2013 '2'2 21 1 7 (",,,-�.-1 ;,, DI�..� D;.-.., !l�iDDl 1 �/�(1/'7l11 � �r�rra r�rorrmz '2'2 '21 1R i�i�n/�ni� �,�-rr� �r�-�va= '� '�� 1 '� l'7zzrrvriviz 33 31 20 Pol vin 1 Chloride (PVC) Gravit Sanita Sewer Pi e 06/19/2013 o„i.,.,;r.,i r�t,i,,,-;ao �ovr�� r�i„�oa �,-„�;io �,-,,.,;r., c.,.,;+.,,-., ca..,o,- Z Z�T , 1 �7T��liCiZ "Y � �� �� �� i�i�ni�ni� T,r�rcr �orr � ��� r ����rr 33 31 50 Sanitar Sewer Service Connections and Scrvice Linc 04/26/2013 ���i �n r,,,.,,�;�.,r;,,� n;,-v.,t.,o�,-c.,�;r,,,-.,co..,o,-�,,,-,.onn.,;..� i�nnnni� �o �� 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 � ��o r ��,�?�-'�-�'r � ��no i � i��� 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/O1/2011 �� ni ii i�i�ni�ni� T_�--�rrT m-zvrcv-rt '2'2 � 1 1 � � ��� 2/�n � c �rrra �� � i'�- ' ,q,A 1 '1 /'l�= b" �� �ti ni ct,.+«„a c«,,..,�, r�...,:�� n�ini i�ni i T�T�T �T�PIT 22�= rr,.v�,.t� r�,..,;�� n�in�„- ��� 33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Dro Inlets 12/20/2012 33 49 40 Storm Drainage Headwalls and Wingwalls 07/O1/2011 Division 34 - Trans ortation �n�g inii�i�nic rvrrc.-rcv-ra '2 il il�� �t cuGYirir +� tri �ix�ii�+i �tiiir +� 1 7/ 1�� Z �I n�-�z-i�vn"7c �� "2 �I il�vll-"2s !11 /� 2 ��r iirii•r�a.�-�r� � �jZ-Tii7 -�i-1.�ivr �-�i--7c � /'� TiriZTu'�T7 2n ni �� iii��nni� �o n,-a..-� Le-r� 34 41 20 Roadwa Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadwa Luminaires 06/15/2015 2n ni �n n� nciici�nic �-�rc.vva vv�v-r� � � n�� �,4���-'r� 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Sin le-Mode Fiber O tic Cable 02/26/2016 34 71 l3 Traffic Control 11/22/2013 CITY OF FORT WORTH HEA9PHILL ROAD & STREET A STANDARD CONSTRUCTION SPECIFiCATION DOCUMF,NTS — DEVELOPER AWARDED PROJF.CTS CITYPROJF.CT NO. 103517 Revised March 2Q 2020 GC-6.09 Permits and Utilities $137.56 0o az aa DAP - BID PRnI'OSAL Pxec? of5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Projcc� Itcm [nformation Biddcrs Proposal Bidlist Itcm Specification Unit of HiA Uescrfpuon Unit Price HiA Value No. Scclion No. Tlcasarc Quanlity UNIT III: DRAINAGE IMPROVEMENTS 1 3137.0104 Medium S[one Ri ra , di 31 37 00 SY 346 $7Z76 $ 26,904.96 2 3301.0012 Post CCT�' Inspection of Stonn Drain 33 01 31 LF 3.898 $0.96 $ 3,742.08 3 334L0201 21" RCP, Class Ill 3341 10 LF 470 555.06 $ 25,878,20 4 3341.0205 24" RCP, Class IIT 3341 10 LF 660 S83.00 � 54,780.00 5 334L0309 36" RCP, Clasx Ill 3341 10 LF 68 $125.00 $ 8,500.00 6 3341.0302 30" RCP, Class IIT 33 41 10 LF 145 $218.00 S 31,610A0 7 3341.0409 4R" RCP, Class Ill 33 41 10 LF 792 $276.00 $ 218,592,D0 8 3341.0502 54" RCP, Class IIT 33 4� 10 LF 204 $295.00 S 60,180A0 9 334L0602 60"RCP,Classlfl 334110 LF 117 5352.00 S 41,184,00 10 3341.0701 72" RCP, Class IIT 3341 10 LF 1,119 $414.00 $ 463,266.00 11 3341.1403 7 x 5 Box Culver[ 33 41 10 LF 323 $523.00 $ 168,929.00 12 3349,0002 5' Stonn Junction Aox 33 49 10 F.A 5 $5,914.05 $ 29,570.25 13 3349.0003 (' Storm Junction Box 33 49 10 EA 1 $7.096.50 $ 7,096.80 14 3349,0005 8' Stonn Junction Aox 33 49 10 F.A 5 $9,462A8 $ 47,312.40 15 3339.1001 4' Manhole 33 39 10, 33 39 EA 3 $9,953D0 S 29,859.00 16 3339.1101 5' Manhole 33 39 10, 33 39 F.A 1 $7,4fi5A0 $ 7,465.00 17 33q2(001 10' Recessed lnle[ 33 49 20 E,\ 7 $8,925D0 S 62,475.00 18 3349.6003 20' Recessed Tnlet 3349 20 IfA 1 $9,695.00 $ 9,695.00 19 rXDOr F\V-0 Headu�all 99 99 99 I-:,\ 1 $15,245.00 $ 15,245.00 20 TXDOT CH-FW-O Headwall 99 99 99 F.A 1 $15,080.00 $ 15,080.00 TOTAL UNIT III: DRAINAGE IMPROVEMENT $1,327,364.69 CITY �F Fc1RT NORTH JT��n�Rf1 C'.U�STRU(:TION SPf:C'.IPIC'.�TION n0(:U�IfNTS-nfVf IAPf�R �W.1R�fn PRWf('TS Fmm� Version May 22. 2111) Cnpy nl C��y of 2f121-I 101 - 0f14143 Bid 1'ropnxal 3-14:12 0o az aa DAP - BID PRnI'OSAL Prvec 3 uf 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Projcc� Itcm [nformation Biddcrs Proposal Bidlist Itcm Specification Unit of HiA Uescrfption Cnit Price �;id Value No. Scclion No. Tlcasarc Quanlity UNIT IV: PAVING IMPROVEMENTS 1 017L0102 As-BuiltSun�e 017123 LS 1 $3,930.00 $ 3,930.00 2 0241.0401 Remove Concrete Drive 0241 13 SF 16434 $t55 $ 25,47270 3 3213.0104 9"ConcPvm� 024113 SY 15249 5375 S 57,18375 4 3110.0101 SiteClearino 311000 LS 1 S1704.00 $ 1,704.00 5 3123.0101 Unclassified Excavation hv Plan 31 23 16 CY 17923 $520 $ 93,199,60 6 3124.0101 F,mbankment by Plan 31 24 00 CY 15507 $5.40 $ 83,737$0 7 3123.0103 BaTowb Plan 312323 CY 2416 512.54 $ 30,296,64 8 3125.0101 SWPPP % 1 acre 31 25 00 LS 1 $5,240.00 $ 5,240.00 9 3211.0400 HvdratedLime 321129 rN 2470 522.62 S 55,871,40 10 3212.0505 3" Asphalt Base Type B 32 12 16 SY 503 S25.74 $ 12,94722 11 3213.0301 4° Conc Sidew'alk 32 13 20 SF 42214 54.99 $ 210,647,86 12 3213.0506 Rarrier Free Ramp, Type P-I 32 13 20 F.A 7 $3,575A0 $ 25,025.00 13 3217.0001 4" SLD P��m[ Markin HAS (W) 32 17 23 LF 285 $1.90 $ 541.50 14 3217.0002 4" SLD Pvmt Markina HAS (Y) 32 17 23 LF 6477 $t90 $ 12,306.30 15 3217.0201 R" SLD P��mt Markin HAS (W) 32 17 23 LF 571 $3.00 $ 1,713.00 16 3217.0202 8" SLD Pvmt Markina HAS (Y) 32 17 23 LF 94 $3_00 $ 282.00 17 3217 0004 4" BRK Pvm[ Markin HAS (Y) 32 17 23 LF 300 $1 90 S 570D0 1 S 3217,0003 4" BRK Pvmt Marking HAS (W) 32 17 23 I.F 195 $9.90 S 370.50 19 3217.0501 24" SLD P�Tn[ Markin HAE (N') 33 17 23 LF 105 $6.00 S 630.00 20 3292.0100 Block Sod Placement 32 92 13 SY 5620 $2.92 $ 16,410.40 21 3441.4003 FumishAnstall Alum Si n Ground Moum Citv S[d. 34 41 30 EA 7 $925.57 $ 6,499.99 22 3471.0001 Traffic Control 34 71 13 MO 1 $8,500.00 $ 8,500.00 23 9999.0001 Remo��e Gra��el Drive 0241 13 SF 5400 $0.16 $ 864.00 TOTAL UNIT IV: PAVING IMPROVEMENT 5653,943.66 CITY �F Fc1RT NORTH JT��n�Rf1 C'.U�STRUCTION SPf:GPIC�TION nUCU�1fNT5-f1fVfIAPf�R �bV1Rnfn PRWfCTS Fmm� Version May 22. 21119 Cnpy nl Co�y of 2f121-I 101 - 0f14143 Bid 1'ropoxal 3.14:12 0o az aa DAP - BID PRnI'OSAL Prve� 4 uf 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Projcc� Itcm [nformation Biddcrs Proposal Bidlistltem Specification Cnitof HiA No. Uescrfpuon Scclion No. Mcamrc Quanlity Unit Price HiA Value UNIT V: STREET LIGHTING IMPROVEMENTS 1 26053014 2" CONDT RM (Riser) 26 05 33 LF 20 $206.09 $ 4,121.80 2 26053015 2" CONDT PVC SCH 80 (T) 26 05 33 LF 3,375 $53.95 $ 182,08L25 3 26053016 2" CONDT PVC SCH ft0 (B) 26 05 33 LF 490 $62_95 $ 30,845,50 4 3305.0103 F,xploratory F.xcavation of F,sisting Utilities 33 05 30 F.A 50 $300.00 $ 15,000.00 5 3441.1502 Ground Box r e B, N�/A iron 34 41 10 EA 19 $1.140.00 $ 21,660.00 6 3441.1645 Furnish/Install Type 33A Ann 3441 11 F.A 17 $450.00 $ 7,650.00 7 3441.1772 Furnish/Insta11240-4ROVo1lSinglePhaseMeterc 344111 EA 1 511.400.0� $ 11,400,00 8 3441.3201 LF.DLi@hlin�Fixture 344120 F.A 17 $1,020.00 $ 17,340A0 9 34413302 Rdw ❑lum Foundation TY 3.5.6, and 8 34 41 20 EA 14 $2,100.00 $ 29,400.00 10 3441.3352 Furnish/Install Rdway lllum TY 18 Pole 3441 20 F.A 14 S3.900.00 S 54,600.00 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS $374,098.55 CITY �F Fc1RT NORTH JT��n�Rf1 C'.U�STRU(:TION SPf:C'.IPIC'.�TION n0(:U�IfNTS-nfVf IAPf�R �W.1R�fn PRWf('TS Fmm� Version May 22. 2111) Cnpy nl C��y of 2f121-I 101 - 0f14143 Bid 1'ropnxal 3-14:12 0o az aa DAP - BID PRnI'OSAL Pxe� 5 uf 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Projcc� Itcm [nformation Biddcrs Proposal Bidlistltem Specification Cnitof HiA No. �>escription Scclion No. Mcasurc Quanlity Unit Price HiA Value Bid Summarr UNIT I: WATER IMPROVEMENTS $942648 UNIT II: SEWER IMPROVEMENTS $433,873. UNIT III: DRAINAGE IMPROVEMENTS $1,327 364 UNIT IV: PAVING IMPROVEMENTS 5653,943. T V: STREET LIGHTING IMPROVEMENTS S374 098 Toral Construction Bid $3,731,928. This Bid is submitted by [he en[ity named below: BIDDN:K: BY: Nadirl G.incrrr. (� C��iinincrccC.��nr'Irucli�in � �\��""� J I_ll I(:�st b:uhange 1vG � 5uiic 220 TITLE: I'ro,ject �la u;;er PorLN�orth.IX761fi4 DA'I'N::3/1J/2f122 �� Contraclor agrees [o complele WORK for FINAL ACCEPTAKCE within 231 working days after the dale when Ihe CON�I'RACI' commences to run as provided in the Ceneral Condilions. M;VD OF SF.CI'ION CITY �F Fc1RT NORTH JT��n�Rf1 C'.U�STRUCTION SPf:GPIC�TION nUCU�1fNT5-f1fVfIAPf�R �bV1Rnfn PRWfCTS Fmm� Version May 22. 21119 Cnpy nl Co�y of 2f121-I 101 - 0f14143 Bid 1'ropoxal 3.14:12 00 45 12 DAP PREQUALIFICATION STnTEMENT Pagc 1 uf 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Major Work Tvpe" box provide the complete maior work tvpe and actual description as provided bv the Water Department for water and sewer and TPW for pavin�. Major Work Type Contractor/Subcontractor Company Name Prequalification Ex iration Date Watcr and Wastcwatcr Ncw Wright Construction Company 4/30/22 Dcvclopmcnt Opcn Cut (all sizes) Roadwa Pavcmcnt Osburn Conlraclors 7/22;��22 Lighting C& S Utility Contractars INC. 3/3/22 The undersigned hereby certi�es that the contractars and/ar subcontractars described in the table above are currently prequalified for the work types listed. BIDDER: Commcrcc Construction 131 East Exchangc �1��c su�t� z2o Fort Wor-th, Tx 76164 CITY OF FORT WORTH BY: Rachcl Ganccres �C Cu�c�.� Sig ature) TITLE: Project Ma a DATE: 3/9/2022 I �1►1 Z7 �y �[�71 Y [7►1 STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROlECTS 00 45 12 Prequalification Statement 2015_DAP-jk.docx Form Version September 1, 2015 HEMPHlLL ROAD & STREET A CITY PROJECT NO. 103517 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 �� 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 103517. Conh�actor further certifies that, pursuarrt to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certiiicates of compliance with worker's compensation coverage. CONTRACTOR: Commerce Construction Co. LP Company 13191 Crossroads Parkway N. 6th FI Address City of Industry, CA 91746 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT �� 0 By: John R. Burroughs (P ase Print) S ignature: _ Title: President (Please Print) BEFO�R ME, the un�ersigned authority, on this day personally appeared � b�h ��kSU��o ��S , known to me to be the person whose name is subscribed to the foregoin ins ument, and acknowledged to ine that he/she executed the same as the act and deed of ��2 5� ��,..-I�. for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN LJNDER MY HAND AND SEAL OF OFFICE this 9�'' day of Y��.f- , 20� =t'pY PVB� LORI LYNN PIPKINS � I Notary ID lt7494491 �G t�L-S ��r +� My Commission Expires Notary Public in and for he State of Texas FOF� October 5, 2025 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS HEMPHILL ROAD & ST2EETA Revised April 2, 2014 CITi' PROJECT NO. 103517 working 3/4/2022 005243-2 Developer Awarded Project Agreement Page 2 of 4 37 Article 4. CONTRACT PR10E 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract Three Million, Seven Hundred Thirty One Thousand, Nine Hundred 39 DOCU111e11tS all a1110U11t 111 CUirellt �I1dS Of Twentv Eiqht Dollars, and 87/100 Dollars 40 ($ 3,731,928.87 �. 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 A. The Contract Documents which comprise the entire agreement between Developer and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Prequalification Statement 3) State and Federal documents (project specific) b. Insurance ACORD Form(s) c. Payment Bond (DAP Version) d. Performance Bond (DAP Version) e. Maintenance Bond (DAP Version) £ Power of Attorney for the Bonds g. Worker's Compensation Af�davit h. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH HEn9PHILL ROAD & STREET A STANDARD CONSTRUCTION SPECIFiCATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 103517 Revised Juue 16, 2016 00 52 43 - � Developer Awarded Project Agreement Page 3 of 4 75 Article 6. INDEMNIFICATION 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification qrovision is sqecifically intended to operate and be effective even if it is alle�ed or proven that all or some of the damages bein� sou�ht were caused, in whole or in part, by anv act, omission or negli�ence of the citv. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against an,y 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 alle�ed or provcn that all or somc of the dama�es bein� sou�ht werc causcd, in whole or in part, bv anv act, omission or nc�li�encc of the city. Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 99 the Construction Contract far Developer Awarded Projects. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the Developer. 103 7.3 Successors and Assigns. 104 Developer and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon DEVELOPER and 111 CONTRACTOR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH HEn9PHILL ROAD & STREET A STANDARD CONSTRUCTION SPECIFiCATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 103517 Revised Juue 16, 2016 00 52 43 - 4 Developer Awarded Project Agreement Page 4 of 4 �iG7 117 7.6 Authority to Sign. 118 Contractor shall attach evidence of authority to sign Agreement, if other than duly 119 authorized signatoiy of the Contractor. 120 121 122 123 124 125 IN WI'1'NESS WIIEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date") Contractor: Commerce Construction Co. LP B: (Signature) John R. Burroughs (Printed Name) Title: President Developer: Fort Worth Everman/Risinger Development LLC B -� � (Signature) Edward P. Roski, Jr. (Printed Name) Title: Company Name: Commerce Construction Company name: Address: Address: 13191 Crossroads Pkwy, North 6th Floor 13191 Crossroads Pkwy, North 6th Floor Ci /State/Zi : City of Industry, CA 91746 Ci /State/Zi ; City of Industry, CA 91746 , � t `` � � L � Date Date 126 CITY OF FORT WORTH HEMPHILL ROAD & STREET�1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITI'PROJECTNO. 103517 Revised June 16, 2016 8th March 22 006213-2 PERFORMANCE BOND Page 2 of 2 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 5 6 7 8 9 ]0 11 12 13 14 IS 16 17 l8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 �3 34 35 36 37 38 39 40 41 42 43 44 45 46 47 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 8th day of March , 2Q 22 PRINCIPAL: Commerce Construction Co.. L.P. ATTEST: (Principal) Secretary Witness as to Principal BY: S �. Perkins Exec. Vice President Name and Title Address: 13191 Crossroads Parkway North, 6th Floor City of Industry, CA 91746 SIJRETY: Liberty Mutual Insurance Company //,� BY: � �,��Gl � ����f/J � Signat,ure Tracy Aston, Attorney-in-Fact Name and Title Address: 790 The City Drive South, Suite 20J Orange, CA 92868 ��� �� � Witn�s as to Surety Doug Stones Telephone Number: 714-634-5723 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH HEMPHILL ROAD & STREET A STt�NDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CITYPROJECT NO. 103517 Revised January 31, 2012 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los An eles On ���'�"� v�����' before ine, Me�han Hanes, Notary Public , personally appeared Tracv Aston who proved to me on the basis of satisfactory evidence to be the person(�) whose name(�) is/� subscribed to the within instrument and acknowledged to me that �/she/€� executed the same in �/her/� authorized capacity(�), and that by �/her/� signature(�) on the insirument tfie person(�), or the entity upon behalf of which the person(�) acted, executed the instrument. \\ -- M E-- --� G H � � N � � � _ --; o ��'� �. COMM. #2280722 7 � �'�'� � Notary Public - California A Z� cq"�;� , Los Angeles County ° � _, , My Comm, Expires Mar. 12, 2023 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. // Signature � ature of Notary Public CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 ..... ... .... . ... . ...::.::.:: ..:r..,.. ....> .........::; >.. .:..:..:. .......:..:... ... . . . . ...... . . .....:... . ... .... . . .. ..:. ....:..:.<:::� ::,,:v:.•:;>:t�� . :: �•::. :..:..:.::..:..:...- -- ......... :..:.... . ..:..:.:: A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of �S ���� � On ��4�1'�vV, l�, �ZZ before me, k��'e"L �. i'��Gl�� �iU'C�� �(il,�J�t-C,. , Date Here Insert Name and Title of the Officer personally appeared ��� � • �C�—�►' w Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(�} whose name(� is/ar.e-subscribed to the within instrument and acknowledged to me that he/sl�e/tlTey executed the same in his/h.er/their authorized capacity(ies), and that by his/h�er/tl�r signature(� on the instrument the person(s}; or the entity upon behalf of which the person(s�j acted, executed the instrument. RENEE M. AR.4NDA ` y�� Notary Public - California � y ' Los Angeles County �"� _: ` _ � ��` Cammission n 2277370 My Comm. Expires Feb 14, 2023 Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ���• , Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: _ ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited eral ❑ Individual ❑ Attorney in Fact ❑ Truste ❑ Guardian or Conservator ❑ Other: Signer is Representing: Number of Pages: �er's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: �02019 National Notary Association - Liberty Mutualm SURETY IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the tlay and year first above written. Ce�tificate No: 8207171-024029 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corpora6on duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organizetl untler the laws of the State of Indiana (herein collectively calletl the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Ashraf Elmasry; Donna Garcia; Emily Newell; Meghan Hanes; Nathan Vamold; Paul Rodriguez; Rosa E. Rivas; Samantha Fazzini; Thomas Branigan; Tracy Aston all of the city of Los Angeles state of CA each intlivitlually if there be more than one nametl, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act antl deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been tluly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 24th day of January , 2022 . ui N N c � c`o State of PENNSYLVANIA a, County of MONTGOMERY Liberty Mutual Insurance Company P� INSU,p9 P�jY INgUR ��NSURq The Ohio Casualty Insurance Company ,�� ooRPOF�ar�,�� yJ �oRPORa,�9y GP�,ORP�R9T �� WestAmericanlnsuranceCompany J 3 o c� Q 3 o c� �_ �o m �� 1912 y o 0 1919 � � 1991 � � r 9s .� 3 iZF �" o a o i/ d� S4CNU5� ,da ��HAMPS� a �C �NDIAN�' D3 � I � 4•� ej� * �� ,�yl * *�a s�M * ��a gY � / na"�,� nn c��o" Acciet�n! CcrmMni � 3 On this 24th day of January , 2022 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance � m Company, The Ohio Casualty Company, and West American Insurance Company, antl that he, as such, being authorized so to do, execute the foregoing instrument for the purposes �� therein contained by signing on behalf of the corporations by himself as a duly authorized officer. i� .� _� i �' �� O � C � � � N � Ol� o.S E� `om �F L ca � > � O ` Z U This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY -�' � � ' � � Commonwealth of Pennsylvania - Notary Seal r,/o��`�� .. .. Teresa Pastella, No�ary Pu61ic � �r � Montgomery County � � My commission expires March 28, 2025 � - . Commission number 1126044 � � Member, Pennsylvania Associatfon of Notaries B�l: � /G�Q%�� /C� �eresa Pastella, Notary Public This Power of Attorney is made antl executetl pursuant to antl by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force antl effect reading as follows: ARTICLE IV-OFFICERS: Section 12. Power ofAttorney. Any o�cer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limita6on as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any 6me by the Boartl, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any o�cer of the Company authorized for that purpose in writing by the chairman or the president, antl subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments antl to attach thereto the seal of the Company. When so executetl such insVuments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and bintling upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersignetl, Assistant Secretary, The Ohio Casualty Insuranca Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force antl effect and has not been revoked. BI fl��� yQ�� iY1H � IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this tlay of , . � 1NSUR �tY INS�j � 1NSUR �Jp'ooRaoRyr'9yC� �JP4oRPORqT'eq2 VP`oRvorzy �y J= �am Q= Fo� � r Fom l��'% / � 1912 � 0 1919 � � 1991 � p �'�� ��Gy��. d�9SS4CHllS��da y�y�NAMPSa��D�O � �NDIANP' a� O�� �tw�� p�� *��a ,�y1 *�a s,�M *��d Renee C. Llewellyn, Assistant Secretary * LMS-12873 LMIC OCIC WAIC MWti Co 02/21 � U �� a� � � o �. '� � U � � :� >� �O A— �'m � � O �J � O O� � � N �� o� �� 00 � �� m— a� � U Q � ca `o� 8th March 22 006214-2 PAYMENT BOND Page 2 of 2 1 2 3 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 8th day of 6 March , 20 22 7 ATTEST: (Principal) Secretary Witness as to Principal ATTEST: % � �� (Surety) Vanessa Fong � itne as to Surety Doug Stones 8 9 10 11 12 13 14 PRINCIPAL: Commerce Construction Co., L.P. BY: Signature Jo . Perkins Exec. Vice President Name and Title Address: 13191 Crossroads Parkway North, 6th Floor City of Industry, CA 91746 SURETY: Liberty Mutual Insurance Company ,-, BY: ` � /,��%5 f f �� � 'LWI �,� Signature � Tracy Aston, Attorney-in-Fact Name and Title Address: 790 The City Drive South, Suite 200 Orange, CA 92868 Telephone Number: 714-634-5723 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH HEMPHILL ROAD & STREET A STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CITYPROJECT NO. 103517 Revised January 31, 2012 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies onlythe identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California 1 County of �S �� �,P�S j On N��i�/1 i0� �ZZ before me, ��iL �, f"�►'�VIGfA., IUli�7,v'� �j�GC- , Date Here Insert Name and Title of the Officer personally appeared V�Vr� S' ��%" ►�-C'l {�l�S Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s� is/a�e'subscribed to the within instrument and acknowledged to me that he/sJ�e/th�y executed the same in his/lae�r/tf�ir authorized capacity(i�), and that by his/trer/the+r signature(� on the instrument the person(�, or the entity upon behalf of which the person(5� acted, executed the instrument. � f RENEE M. ARANOA a s;��m�; Notary Public - California i;� -` _- Los Angeles County n �` Commission � 2277370 My Comm, Expires Feb 14, 2023 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Si nature ��"� �` /V[• ��� �`�-�i� 9 Place Notary Seal and/or Stamp Above Signature of Notary Public �.� � �..,�.r,� Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ neral ❑ Individual ❑ Trustee ❑ Other: Signer� �C] Attorney in Fact ❑ Guardian or Conservator presenting: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Trustee ❑ Other: Signer is Representing: ❑ Attorney in Fact ❑ Guardian or Conservator �02019 National Notary Association CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A Notary Public or other off`icer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los An elg es �A� � � ���� On before me, Me�han Hanes, Notary Public , personally appeared Tracv Aston who proved to me on the basis of satisfactory evidence to be the person(�) whose name(�) is/� subscribed to the within instrument and acknowledged to me that �/she/� executed the same in �S/her/� authorized capacity(�), and that by �s/her/� signature(�) on the instrument tfie person(�), or the entity upon behalf of which the person(�) acted, executed the instrument. d �,. ° : . � __, � �IFeHA�i H:ar�k.; -- ..__, COMM, #2280722 z � =��i : o Notary Public • California �; Z r ��- Los Angeles County 9 `'^"�� a� My Comm. Expires Mar. 12, 2023 I certify under PENALTY OF PERNRY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature S' ature of Notary Public - Liberty Mutualo SURETY IN WITNESS WHEREOF, I have hereunto subscribetl my name and affixetl my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Ashraf Elmasry; Donna Gazcia; Emily Newell; Meghan Hanes; Nathan Vamold; Paul Rodriguez; Rosa E. Rivas; Samantha Fazzini; Thomas Branigan; Tracy Aston all of the city of Los Angeles state of CA each indivitlually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and tleliver, for and on its behalf as surety and as its act antl deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 24th day of January , 2022 . ui � � c m c`o State of PENNSYLVANIA � County of MONTGOMERY ss Liberty Mutual Insurance Company P� 1NSURq P�tv INSUR �\NSU�,q The Ohio Casualty Insurance Company ,�� GpRP�Rq�,��Y� y� GpPPORqTo'9y� �P2pRP�R.qTQym WestAmericanlnsuranceCompany J 3 o m Q 3 �� 1912 y o 0 1919 � � 1991 � � y �, o Q o �// ~d�9s`T4CHU`�� .aa y� ��HAMPsa ,aa �s �NDIANP' ,da � L•• ��� + �-� �H.[ , �� '�,�1 * 1�� BY� / David M. Carey, Assistant Secretary � U �� c� — � � 3 On this 24th day of January , 2022 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance � a�i � �o Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes �� a? � therein contained by signing on behalf of the corporations by himself as a duly authorized officer. �@ a� � _� _-a � �� o °� dj O O � C �p N � �� � L � � L � � •— ai om » L O ` Z U This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8207171-024029 �". �. � Commonweal�h of Pennsylvania - Notary Seal v= �� - Teresa Pas�ella, Notary Pu61ic //�/-�� //{1 q� - OF � MontgomeryCounty B " ,���G%%��t/R-1 � � � My commission expires March 28, 2025 y: /( 4 O � � � Commission number 1126044 � � �� . �� Member, Pennsylvania Associatian of Notaries eresa Pastella, Notary Public Q O This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, antl West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV—OFFICERS: Section 12. Power ofAttorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the IimitaGons set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such insVuments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the o�cer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in wriGng by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the presitlent and attested by the secretary. Certificate of Designation — The Presitlent of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all untlertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certifed copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and bintling upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect antl has not been revoked. pa�� ������ �dl IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this tlay of P� 1NS(/R9 P�jV IN,SGR a\NSU/�iq j=G�RPORqlQ%m � 2GQRPORqlo'9� \UP2�fyPORql�y�- ��7 � . O tn A+� — � 1912 � 0 1919 � � 1991 � `�� y �, o Q o � d�'9SS"�"�S�fidD s° ��ti^MPs��,aa� '�s�,'"D1ANP�da3 BY. Renee C. Llewellyn, Assistant Secretary ��� ,r *� °'H1 * 1- M ,r 1. LMS-12873 LMIC OCIC WAIC Multi Co 02/21 O� � � N � O N i� o' 0 c� ca — a �6 U 8th March 22 006219-2 MAINTENANCE BOND Pa�e 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by Developer or City, to a 7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 8 remain in full force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 16 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon far successive breaches. � 22 23 CITY OF FORT WORTH HEMPH/GL ROAD & STREET A STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 103517 Revised January 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 8th day of March , 20 22 PRINCIPAL: Commerce Construction Co., L.P. ATT`EST: (Principal) Secretary Witness as to Principal A'�TEST: � �' ��� ��, (Surety) �' paflyc Vanessa Fong i Witn as to Surety Doug Stones BY: Si re John S. Perkins Exec. Vice President Name and Title Address: 13191 Crossroads Parkway North, 6th Floor City of Industry, CA 91746 SURETY: Liberty Mutual Insurance Company ' �.^ , BY: � i : Signature Tracy Aston, Attornev-in-Fact Name and Title Address: 790 The City Drive South, Suite 200 Oranqe, CA 92868 Telephone Number: 714-634-5723 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH HEMPHILL ROAD & STREET A STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CITYPROJECT NO. 103517 Revised January 31, 2012 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies onlythe identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California 1 County of �S �� �,P�S j On N��i�/1 i0� �ZZ before me, ��iL �, f"�►'�VIGfA., IUli�7,v'� �j�GC- , Date Here Insert Name and Title of the Officer personally appeared V�Vr� S' ��%" ►�-C'l {�l�S Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s� is/a�e'subscribed to the within instrument and acknowledged to me that he/sJ�e/th�y executed the same in his/lae�r/tf�ir authorized capacity(i�), and that by his/trer/the+r signature(� on the instrument the person(�, or the entity upon behalf of which the person(5� acted, executed the instrument. � f RENEE M. ARANOA a s;��m�; Notary Public - California i;� -` _- Los Angeles County n �` Commission � 2277370 My Comm, Expires Feb 14, 2023 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Si nature ��"� �` /V[• ��� �`�-�i� 9 Place Notary Seal and/or Stamp Above Signature of Notary Public �.� � �..,�.r,� Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ neral ❑ Individual ❑ Trustee ❑ Other: Signer� �C] Attorney in Fact ❑ Guardian or Conservator presenting: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Trustee ❑ Other: Signer is Representing: ❑ Attorney in Fact ❑ Guardian or Conservator �02019 National Notary Association CALIFOIZNIA ALL-PURPOSE ACKNOWLEDGMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los An elg es On ��� ������ before me, Me�han Hanes, Notary Public , , personally appeared Tracv Aston who proved to me on the basis of satisfactory evidence to be the person(�) whose name(�) is/� subscribed to the within instrument and acknowledged to me that �/she/� executed the same in �/her/� authorized capacity(�), and that by �/her/� signature(�) on the instrument tlie person(s), or the entity upon behalf of which the person(�) acted, executed the instrument. � , MEGHANHANES � xJ,���. . o COMM, #22i30722 z Notary Public • California o � ���"y ��' Los Angeles County � ��` ����' My Comm. Er,plres �§ar. 12, 2C�2; i I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Si ture of Notary Public _ Liberty Mutual� SURETY IN WITNESS WHEREOF, I have hereunto subscribed my name and a�xed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. Certificate No: 8207171-024029 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation tluly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Ashraf Elmasry; Donna Garcia; Emily Newell; Meghan Hanes; Nathan Vamold; Paul Rodriguez; Rosa E. Rivas; Samantha Fazzini; Thomas Branigan; Tracy Aston all of the city of Los Angeles state of CA each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as bintling upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or offcial of the Companies and the corporate seals of the Companies have been affixed thereto this 24th day of January , 2022 . � � � � m `m State of PENNSYLVANIA a, County of MONTGOMERY Liberty Mutual Insurance Company P� 1NSUq9 P�ZV INSV� ��NSU�pq The Ohio Casualty Insurance Company j=GoaPoRyT�2m �o=`oRPo,�T yy �P GoRPo�T y� West American Insurance Company � F � �o m �3 Foc� 1912 � o y 1919 � o � 1991 0 � �j19sS4CHUs��da3' yO ��yAMPs�,da Ys �NDIANP' .da ��/ ��� * �� '�yl + 1�� °'M * ti� By: David M. Carey, Assistant Secretary � � i U �� �� On this 24th day of January , 2022 before me personally appeared David M. Carey, who acknowledgetl himself to be the Assistant Secretary of Liberty Mutual Insurance � a�i � m Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes L� �� therein contained by signing on behalf of the corporations by himself as a duly authorized officer. �@ i f° .� _-a iN �� O � C �p N � rn� � L � � O.0 E� om w� co c » O ` Z U This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent hereia stated. Liberty Mutual Insurance Company The Ohio Casualty fnsurance Company West American Insurance Company POWER OF ATTORNEY � Commonwealih of Pennsylvania - Notary Seal Teresa Pastella, Nofary Public � OF � . Montgomery County , � My commission expires March 28, 2025 By- . - � � Commission number 1126044 � �� � � Member, Pennsylvania Association of Notanes / �� Pastella, Notary This Power of Attorney is made and executed pursuant to and by authority of the following By-laws antl Authorizations of The Ohio Casualry insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV-OFFICERS: Section 12. PowerofAttomey. My officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the Presitlent, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowletlge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitafions set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any Gme by the Board, the Chairman, the President or by the officer or o�cers granting such power or authority. ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorizetl for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the presitlent may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature antl execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as bintling as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Boartl of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company tlo hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorne executed by said Companies, is in full force and effect and has not been revoked. �AR � � ��'�e C� IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of , . � 1NSUR �ZY �NgVq� � \NSVR J =6pRP�Rq�'Oq'L(� � 2G�RP��9�'�.`9'/� .�'P2 °aP�R'°r�tio � o m � 1912 � o y 1919 � o Q 1991 0 "��,y.�„ d�9SSACHUS��.daS' y0 ��HAMPS�� a � �NDIAN�' a B�/� e�� **� ,�yl *��d S,,M **�d Renee C. Lleweliyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02/21 � i0 .�_ T_ N @ �� O � 00 � � N 3� O N aM �� 00 �� c� m— -� m U STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Article 1- Definitions and Terminology 1.01 Defined Terms ..................... 1.02 Terminology ........................ Article 2 - Preliminary Matters ................. 2.01 Before Starting Construction 2.02 Preconstruction Conference.. 2.03 Public Meeting ...................... Anc�le 3- Contract Documents and Amendmg ............................ 3.01 Reference Standards .................................................. 3.02 Amending and Supplementing Contract Documents Anc�le 4- Bonds and insurance .......................................................... 4.01 Licensed Sureties and Insurers ........................................ 4.02 Performance, Payment, and Maintenance Bonds ........... 4.03 Certificates of Insurance .................................................. 4.04 Contractor's insurance ..................................................... 4.05 Acceptance of Bonds and Insurance; Option to Replace Article 5 - Contractor's Responsibilities .................................................................................................... 5.01 Supervision and Superintendeni ............................................................................................. 5.02 Labor; Working Hours ............................................................................................................ 5.03 Services, Materials, and Equipment ....................................................................................... 5.04 Project Schedule ...................................................................................................................... 5.05 Substitutes and "Or-Equals" ................................................................................................... 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ................................. 5.07 Concerning Subcontractors, Suppliers, and Others ............................................................... 5.08 Wage Rates .............................................................................................................................. 5.09 Patent Fees and Royalties ....................................................................................................... 5.10 Laws and Regulations ............................................................................................................. 5.11 Use of Site and Other Areas ................................................................................................... 5.12 Record Documents .................................................................................................................. 5.13 Safety and Protection .............................................................................................................. S.14 Safery Representative ............................................................................................................. 5.15 Hazard Communication Programs ......................................................................................... 5.16 Submittals ................................................................................................................................ 5.17 Contractor's General Warranty and Guarantee ...................................................................... Page l 1 5 . . .7 .7 .7 .7 .9 l2 .. 12 ..12 ..13 ..13 ..14 ..14 ..16 ..16 ..18 ..19 .. 19 ..19 .. 20 ..21 ..21 .. 22 .. 22 ..23 CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ............................................ 5.19 Delegation of Professional Design Services 5.20 Right to Audit : ............................................. 5.21 Nondiscrimination ........................................ Article 6- Other Work at the Site 6.01 Related Work at Site Article 7 - City's Responsibilities ........................... 7.01 Inspections, Tests, and Approvals ...... 7.02 Limitations on City's Responsibilities 7.03 Compliance with Safety Program....... Article 8- City's Observation Status During Construction 8.01 City's Project Representative .......................... 8.02 Authorized Variations in Work ....................... 8.03 Rejecting Defective Work ............................... 8.04 Determinations for Work Performed ............... Article 9- Changes in the Work ............................. 9.01 Authorized Changes in the Work ....... 9.02 Notification to Surety .......................... Article 10 - Change of Contract Price; Change of Contract Time 10.01 Change of Contract Pricc ........................................... 10.02 Change of Contract Time ........................................... 10.03 Delays ......................................................................... ..... 28 .....28 ..... 28 .....28 Article 1 1 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29 11.01 Notice of Defects ........................................................................................................................ 29 1 l.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 .............................. 12.01 Contractor's Warranty of Title 12.02 Partial Utilization .................... 12.03 Final Inspection ....................... 12.04 Final Acceptance ..................... Article 13 - Suspension of Work ....... 13.01 City May Suspend Work ................................... � 24 24 25 25 26 26 26 26 26 27 .. 27 ..27 .. 27 ..27 .. 28 ...............28 ............... 28 ...............28 32 32 32 32 33 33 33 Article14 - Miscellaneous .............................................................................................................................. 34 14.01 Giving Notice .............................................................................................................................. 34 CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times . 14.03 Cumulative Remedies., 14.04 Survival of Obligations 14.05 Headings ....................... 34 34 35 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 �3 io- i Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terins 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 bv. its goverrting body through its City Manager his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Communiry Facilities Agreement (CFA) - A Contract between the Developer and the City for the Const�^uction of one or more following public facilities within the City public right-of- way or easeinent: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedi�cated 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. Cont�^act Documents—Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00�3 io-z Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non-Resident Bidder iii. Prequalification Statement c. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions m. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings p. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor—The individual or entity with whom Developer has entered into the Agreement. 11. Day or day — A day, unless otherwise defineci', shall mean a Calendar Day. 12. Developer — An individual or entity that desires to �2ake 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 perforining 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 Docuinents has been co�ipleted to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 �3 io- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to ver� 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 Requireinents 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 hodies, agencies, authorities, and courts having jurisdiction. 19. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone A pr-incipal 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 docusnent, which is prepar-ed for and reviewed by the City, which is signed by Co�tractor 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 Agreeinent. 22. Participating Change Order— A docusnent, which is prepar-ed 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 Pr-ice or the Contract Time, issued on or after the Effective Date of the Agreeinent. 23. Plans — See definition of Drawings. 24. Project Schedule A schedule, prepared and inaintained bv Contractor, in accordance with the General Reguirements, descrihing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work withi�n the Contract Time. 25. Project—The Work to be perforined under lhe Contract Documents. 26. Project Representative—The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announcea' meeting conducted by the Developer to facili�tate 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. Sa�nples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by ivhich such portion of the Work will be judged. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals A schedule, prepared and maintained by Contractor of r-equired submittals and the tiine requirements to support scheduled performance of related construction activities. 31. Site—Lands or areas indicated in the Contract Documents as being furnished bv City or Developer- upon which the Work is to be performed, including rights-of-way, permits, and easeinents 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 requirernents for snaterials, equipment, systems, standards and workmanship as applied to the Work, and certain adininistrative requirements and procedural n2atters applicable thereto. Specifications jnay be specifically snade a part of the Contract Docusnents by attachsnent 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 requireinents of the City. 34. Subcontractor An individual or entity having a direct contract with Contractor or with any other Subcontractor for the perforrytance of a part of the Work at the Site. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or inforn2ation tivhich are specifically prepared or assembled by or for Contractor and submitted hy Contractor to illustrate soine portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive inst�^uctions fi^oin the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions—That part of the Contract Documents ivhich amends or supplements the General Conditions. 38. Supplier—A manufacturer, fabricator supplier, distributor, inaterialinan, 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, �2anholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facili�ties, includi�ng but not li�nited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water wastewater, storm water other liquids or chesnicals, or traffic or other control systeins. 40. Weekend Working Hours — Hours beginning at 9: 00 a.m. and ending at S: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 �3 io- s Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work—The entire construction or- the various separately identifiable parts thereof required to be provided under the Contract Docuinents. Work includes and is the result of performing or providing all lahor, 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 const�^uction, all as required by the Contract Docuinents. 42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized bv the City for contract purposes, in which weather or other conditions not under the contr-ol of the Contractor ivill permit the perfor-mance 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: l. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00�3 io-6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non- Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3— CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be cffective 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 A�nending and Supplementing Contract Docusnents 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 ar a Non-Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00�3 io-� Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4— BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payrnent, 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 securiry 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. nll 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 oflnsurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 �3 io- s Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or far the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00�3 io-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 1 l. 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 thc 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' Liabiliry as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 oo�s io-io Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liabiliry Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. S l,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 autd', defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 �s io- i i Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) 5250,000 3) $500,000 4) �100,000 Bodily injury per person Bodily Injury per accident / 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: Union Pacific Railroad 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 Enriy 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: �a,000,000 Lntcr limits providcd by Railroad Compa�ry (iCnonc, writc nonc) b. Each Occurrence: : �2,000,000 I:ntcr limits providcd by Raih�oad Cornpany ([f nonc, wiitc nonc) 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 cntirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of- CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 oo�s io-iz Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the Ciry 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 Supe�^vision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 �s i o- i 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hoicrs 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 Se�^vices, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.O1 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. "Or-Equal" Items: Tf 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 Ciry 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 S.OS.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 �s i o- i s Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph S.OS.A.I, 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 O1 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 oo�s io-i6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph S.OS.A.2. C. Ciry's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs S.OS.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, warrai7ty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them fi^om and against any and all claims, dan2ages, losses and expenses (including attorneys fees) arising out of the use of substituted snaterials or eguiprytent. E. City's Cost Reimbursesnent: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs S.OS.A.2 and S.OS.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 Rein�cbursement: 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 (Priine Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre-qualification 5.07 Concerning Subcontr-actors, Suppliers, and Others A. Minority and Woinen Owned Business Enterprise Coinpliance: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 oo�s io-i� Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑ Required for this Contract. � Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 �s i o- i s Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. � 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 Ciry $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 penalry shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Deterinination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Ar-bitration Reguired 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 l lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 oo�s io-i9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place ai 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 hy Laws and Regulations, Contractor shall indemnify and hold harmless City, fi^oin a�d against all claims, costs, losses, and damages (including but not liinited to all fees and charges of engineers, architects, attorrteys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infi^ingen2ent 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 Ciry shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 oo�s io-zo Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, fi^om and against all claims, costs, losses, and dan2ages arising out of or relating to any claim or action, legal or equitable, br-ought by any such oivner 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 Ciry deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 oo�s io-zi Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safery Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 oo�s io-zz Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Communication Progr-arrzs 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 Requircmcnts. 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 ihc information for the limitcd 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 Ciry may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section Ol 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, parmers, 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 othcr individual or cntity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.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 Ciry, 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 WERF, 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 Ciry in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its owi7 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 EFFECTNE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 oo�s io-zs Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 520 Right to Audit: A. The City reserves ihe 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 Ciry 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 ainended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 oo�s io-z6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6— OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. if such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 oo�s io-z� Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Prograsn While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8— CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 oo�s io-zs Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Perforryted 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 memorializcd 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 Contr-act Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 oo�s io-z9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereo� 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 Liccnsure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a"fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 oo�s io-so Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Devel oper/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 ai7y 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 thcm. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 oo�s io-si Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph S.lO.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 Wark 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. Ciry 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 warranry. 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 Ciry May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 oo�s io-sz Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Sitc 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.OS.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 Finallnspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled;and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 Ciry May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 — MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Busincss address changcs must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. if the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 oo�s io-ss Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Ohligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 oi iioo-i DAP SUMMARY OF WORK Page 1 of 4 1 2 3 PART1- GENERAL SECTION O1 11 00 SUMMARY OF WORK 4 1.1 SUMMARY 5 A. Section lncludes: 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 Requireinents 12 1.2 PR10E AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this ltem 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 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 � :. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. C1TY OF FORT WORTH HEMPHILL ROAD AND STREET A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects C1TY PROJECT NO. 103517 Revised December 20, 2012 oi ii oo-z DAP SUMMARY OF WORK Page 2 of 4 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. lf 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 pennit. D. Work within Easements 10 11 12 13 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 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 al] 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 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any tiine due to defective work, inaterial, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including reinoval, teinporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is speci�cally provided in the proposal. C1TY OF FORT WORTH HEMPHILL ROAD AND STREET A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects C1TY PROJECT NO. 103517 Revised December 20, 2012 O1 11 00-3 DAP SUMMARY OF WORK Page 3 of 4 1 1.5 SUBMiTTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMiTTALS [1�OT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS �NOT USED� 5 1.9 QUALITY ASSURANCE �NOT USED� 6 1.10 DELIVERY, STORAGE, AND HANDLING �NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANG� 13 C1TY OF FORT WORTH HEMPHILL ROAD AND STREET A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects C1TY PROJECT NO. 103517 Revised December 20, 2012 O1 11 00-4 DAP SUMMARY OF WORK Page 4 of 4 THIS PAGE INTENTIONALLY LEFT BLANK C1TY OF FORT WORTH HEMPHILL ROAD AND STREET A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects C1TY PROJECT NO. 103517 Revised December 20, 2012 oizsoo-i DAP 5UB5TITUTION PROCEDURES Page 1 of 4 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 SECTION O1 25 00 SUBSTiTUTION PROCEDURES A. Section lncludes: 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 19 1.2 PR10E AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this ltem is considered subsidiary to the various items bid. No 22 separate payment will be allowed for this Item. 23 1.3 REFERENCES �NOT USED� 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider fonnal 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 naines, or catalog nuinbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VELOPER AWARDED PROJECTS CITYPROJECTNO. 103517 Revised August 30, 2013 oizsoo-z DAP 5UB5TITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance ofproposed 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 nuinber 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) Productexperience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VELOPER AWARDED PROJECTS CITYPROJECTNO. 103517 Revised August 30, 2013 012500-3 DAP 5UB5TITUTION PROCEDURES Page 3 of 4 1 4. Substitution will be rejected if: 2 a. Submittal is not through the Contractor with his stamp of approval 3 b. Request is not made in accordance with this Specification Section 4 c. ln the Developer's opinion, acceptance will require substantial revision of the 5 original design 6 d. In the City's or Developer's opinion, substitution will not perform adequately 7 the function consistent with the design intent 8 1.6 ACTION SUBMITTALS/1NFORMATlONAL SUBMITTALS �NOT USED� 9 1.7 CLOSEOUT SUBMITTALS �NOT USEDJ 10 1.8 MAiNTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. ln making request for substitution or in using an approved product, the Contractor 13 represents that the Contractor: 14 1. Has investigated proposed product, and has determined that it is adequate or 15 superior in all respects to that specified, and that it will perform function for which it 16 is intended 17 2. Will provide same guarantee for substitute item as for product specified 18 3. Will coordinate installation of accepted substitution into Work, to include building 19 modifications if necessary, making such changes as may be required for Work to be 20 complete in all respects 21 4. Waives all claims for additional costs related to substitution which subsequently 22 arise 23 1.10 DELIVERY, STORAGE, AND HANDLiNG [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART Z- PRODUCTS �NOT USED� 27 PART 3- EXECUTION [NOT USED] ��� 29 END OF SECTION Revision Log DAT� 1�AVI� SUMMARY OF CHA1�G� 30 C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VELOPER AWARDED PROJECTS CITYPROJECTNO. 103517 Revised August 30, 2013 012500-4 DAP 5UB5TITUTION PROCEDURES Page 4 of 4 1 2 3 4 5 6 7 8 9 10 ffl 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: lnclude complete infonnation 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) 'I'he undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Finn Address Date Telephone _ Recommended _ Recommended Not recoininended Received late By — Date Remarks For Use by City: Approved City Date Rejected C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VELOPER AWARDED PROJECTS CITYPROJECTNO. 103517 Revised August 30, 2013 O1 31 19 - 1 DAP PRECONSTRUCTION MEETING Page 1 of 4 1 2 3 PART1- GENERAL SECTION O1 31 19 PRECONSTRUCTiON MEETING 4 1.1 SUMMARY 5 A. Section lncludes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract adininistration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. No construction schedule required unless requested by the City. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this ltem. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. lf recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the delivery of the 28 distribution package to the City. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Developer and Consultant 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request C1TY OF FORT VVORTH HEMPHILL ROAD & STREET A STANDARDCONSTRUCTIONSPF,ClF1CAT10NDOCU!�1F,NTS—DEVELOPERAWARDEDPROJECTS CITYPROJECTN0.103517 Revised August 30, 2013 O1 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. lnsurance 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 Payinent jj. Questions or Comments 41 1.5 SUBMITTALS �NOT USED� 42 1.6 ACTION SUBMITTALS/1NFORMATlONAL StiBMITTALS �NOT USED] 43 1.7 CLOSEOUT SUBMITTALS �NOT USED� 44 1.8 MAiNTENANCE MATERIAL SUBMITTALS [NOT USED] 45 1.9 QUALITY ASSURANCE [NOT USED] 46 1.10 DELIVERY, STORAGE, AND HANDLiNG [NOT USED] Cl l'Y OF FORT VVORTH HEMPHILL ROAD & STREET A STANDARDCONSTRUCTIONSPF,ClF1CAT10NDOCU!�1F,NTS—DEVELOPERAWARDEDPROJECTS CITYPROJECTN0.103517 Revised August 30, 2013 O1 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION [NOT USED] 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT VVORTH HEMPHILL ROAD & STREET A STANDARDCONSTRUCTIONSPF,ClF1CAT10NDOCU!�1F,NTS—DEVELOPERAWARDEDPROJECTS CITYPROJECTN0.103517 Revised August 30, 2013 O1 31 19-4 DAP PRECONSTRUCTION MEETING Page 4 of 4 THIS PAGE INTENTIONALLY LEFT BLANK C1TY OF FORT VVORTH HEMPHILL ROAD & STREET A STANDARDCONSTRUCTIONSPF,ClF1CAT10NDOCU!�1F,NTS—DEVELOPERAWARDEDPROJECTS CITYPROJECTN0.103517 Revised August 30, 2013 013300-1 DAP SUBMITTALS Page 1 of 8 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION O1 33 00 DAP SUBMiTTALS 5 A. Section lncludes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related subinittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily liinited to: 15 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1— General Requirements 17 1Z PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this ltem. 21 1.3 REFERENCES �NOT USED� 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 tj Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VELOPER AWARDED PROJECTS CITYPROJECTNO. 103517 Revised August 30, 2013 013300-2 DAP SUBMITTALS Page 2 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification nuinbering systein 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, G4th 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 21 1. Review shop drawings, product data and samples, including those by 22 subcontractors, prior to submission to detennine and verify the following: 23 a. Field measureinents 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) "By this submittal, I hereby represent that i have determined and verified 33 �eld measurements, field construction criteria, materials, dimensions, 34 catalog numbers and siinilar data and 1 have checked and coordinated each 35 item with other applicable approved shop drawings." 36 37 38 39 40 41 42 43 44 45 46 D. Submittal Format 1. Fold shop drawings larger than 8'/z inches x 11 inches to 8'/z inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VELOPER AWARDED PROJECTS CITYPROJECTNO. 103517 Revised August 30, 2013 013300-3 DAP SUBMITTALS Page 3 of 8 2 3 4 5 6 7 8 9 2. The Project title and nuinber 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 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. ldentification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 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 inain members and lines of the structure b. Where correct fabrication of the Work depends upon �eld measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Productphotographs C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VELOPER AWARDED PROJECTS CITYPROJECTNO. 103517 Revised August 30, 2013 013300-4 DAP SUBMITTALS Page 4 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 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 liinited 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 18 1. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conforrnity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit inore 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) C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VELOPER AWARDED PROJECTS CITYPROJECTNO. 103517 Revised August 30, 2013 013300-5 DAP SUBMITTALS Page 5 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 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 subinit more than the nuinber 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 3 4 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 inaterials 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. 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 asseinbly and for perfonning Work in a safe manner. 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. Codc 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 inaterial for manufacture. b. Code 2 C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VELOPER AWARDED PROJECTS CITYPROJECTNO. 103517 Revised August 30, 2013 013300-6 DAP SUBMITTALS Page 6 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 c. d. 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 coinments must be incorporated into the final product. 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 �nal 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 l 5 Calendar Days of the date of the City's transmittal requiring the resubmittal. Code 4 1) "NOT APPROVED" is assigned when the submittal does not mcct thc intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into confonnance. b) it may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entide 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 wil] be considered "Not Approved" until resubmitted. c. The City inay at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. lf 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. C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VELOPER AWARDED PROJECTS CITYPROJECTNO. 103517 Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional infonnation 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Speci�cations 19 1) Identify the conflict and request clarification 20 2. Sufficient information shall be attached to permit a written response without further 21 infonnation. 22 23 24 25 26 1.5 SUBMITTALS �NOT USED� 27 1.6 ACTION SUBMITTALS/1NFORMATlONAL SUBMITTALS �NOT USED� 28 1.7 CLOSEOUT SUBMITTALS �NOT USED� 29 1.8 MAINTENANCE MATERIAL SUBMITTALS �NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FiELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY �NOT USED� C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VELOPER AWARDED PROJECTS CITYPROJECTNO. 103517 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 1 PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION �NOT USED� 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Joltnson 1.4.K.8. Working Days modified to Calendar Days C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VELOPER AWARDED PROJECTS CITYPROJECTNO. 103517 Revised August 30, 2013 013513-1 DAP SPF.CIAL PROJF,CT PROCEDURES Page 1 of 8 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 /1 : SECTION Ol 35 13 SPECIAL PROJECT PROCEDURES Section Includes: 1. The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Con�ned Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking Deviations from this City of Fort Worth Standard Specification l. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1— General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 25 1.2 REFERENCES 26 27 28 29 30 31 32 33 n. Reference Standards 1. Reference standards cited in this Speci�cation 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. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction Specification 34 1.3 ADMINISTRATIVE REQUIREMENTS 35 A. Coordination with the Texas Department of Transportation 36 1. When work in the right-of-way which is under the jurisdiction of the Texas 37 Department of Transportation (TxDOT): 38 a. Notify the Texas Deparrinent of Transportation prior to commencing any work 39 therein in accordance with the provisions of the permit C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARDCONSTRUCTIONSPECIFICATIONDOCUMENTS—DEVELOPERAWARDEDPROJECTS CITYPROJECTN0.103517 Revised August, 30, 2013 O1 35 13 - 2 DAP SPECIAL PROJF,CT PROCEDURES Page 2 of 8 1 2 3 � b. All work performed in the TxDOT right-of-way shall be performed in coinpliance with and subject to approval froin the Texas Deparhnent of Transportation 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 ineet 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 29 30 31 32 33 34 35 36 37 38 39 40 41 C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24-hour public noti�cation in accordance with Section O1 31 13 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. 46 2. Coordinate any event that will require connecting to or the operation of an existing 47 City water line system with the City's representative. CI1'Y OF FORT WORTH HEMPHILL ROAD & STREETA STANDARDCONSTRUCTIONSPECIFICATIONDOCUMENTS—DEVELOPERAWARDEDPROJECTS CITYPROJECTN0.103517 Revised August, 30, 2013 O1 35 13 - 3 DAP SPECIAL PROJF,CT PROCEDURES Page 3 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 a. Coordination shall be in accordance with Section 33 l2 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accoinmodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischiefj and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. F. Public Notification Prior to Beginning Construction 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following infonnation: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number fl Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre-construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City lnspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. G. Public Notification of Temporary Water Service lnterruption during Construction 1 2. ln the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARDCONSTRUCTIONSPECIFICATIONDOCUMENTS—DEVELOPERAWARDEDPROJECTS CITYPROJECTN0.103517 Revised August, 30, 2013 O1 35 13 -4 DAP SPF.CIAL PROJF,CT PROCEDURES Page 4 of 8 1 2 3 4 5 6 7 8 9 c. d. e. f. 6) Name of the City's inspector and phone number A sample of the temporary water service interruption notification is attached as Exhibit B. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. Electronic versions of the sainple flyers can be obtained from the Project Construction Inspector. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 Comply with equipmcnt, operational, rcporting and cnforcement requirements set forth in NCTCOG's Clcan Construction Spccification.} 39 1.4 SUBMITTALS �NOT USED� 40 1.5 ACTION SUBMITTALS/1NFORMATlONAL SUBMITTALS �NOT USED� 41 1.6 CLOSEOUT SUBMITTALS [NOT USED] 42 1.7 MAiNTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.8 QUALITY ASSURANCE [NOT USED] H. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE pennits are required, meet all requireinents set forth in each designated permit. L Coordination within Railroad Permit Areas At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad pennit. This includes, but is not liinited to, provisions for: a. Flagmen b. lnspectors c. Safety training d. Additional insurance e. lnsurance certificates f. Other einployees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to coinply with the railroad's requirements. J. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. lf wet saw cutting is performed, capture and properly dispose of slurry. K. Employee Parking 1. Provide parking for employees at locations approved by the City. L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean Construction Specification [if required for the project] C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARDCONSTRUCTIONSPECIFICATIONDOCUMENTS—DEVELOPERAWARDEDPROJECTS CITYPROJECTN0.103517 Revised August, 30, 2013 O1 35 13 - 5 DAP SPF.CIAL PROJF,CT PROCEDURES Page 5 of 8 1 1.9 DELIVERY, STORAGE, AND HANDLING �NOT USEDJ 2 1.10 FlELD �SITE� CONDITIONS �NOT USED] 3 1.11 WARRANTY �NOT USED� 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION �NOT USED� 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.3.B — Added requirement of compliance witlt Health and Safety Code, Title 9. 8/31/2012 D. Joltnson Safety, Subtitle A. Public Safety, Cltapter 752. High Voltage Overhead Lines. C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARDCONSTRUCTIONSPECIFICATIONDOCUMENTS—DEVELOPERAWARDEDPROJECTS CITYPROJECTN0.103517 Revised August, 30, 2013 O1 35 13 - 6 DAP SPF.CIAL PROJF,CT PROCEDURES Page 6 of 8 2 3 4 5 6 7 s 9 t0 11 12 13 14 15 16 t7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: I THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR°S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARDCONSTRUCTIONSPECIFICATIONDOCUMENTS—DEVELOPERAWARDEDPROJECTS CITYPROJECTN0.103517 Revised August, 30, 2013 O1 35 13 - 7 DAP SPF.CIAL PROJF,CT PROCEDURES Page 7 of 8 1 2 EXHIBIT B FORT WORTH • Date: DOE NO. XXXX Project I1ame: rt0?ICE OF TEMPORARY WATER SLRVICE II�ITERRiIPTIOI�I DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT (CONTRACTUIZS SUY1:1Z11V'1"r:Nll1:P11) (i�ir.rrivi�F, i�Jivin�Rj OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENTENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR 3 4 C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARDCONSTRUCTIONSPECIFICATIONDOCUMENTS—DEVELOPERAWARDEDPROJECTS CITYPROJECTN0.103517 Revised August, 30, 2013 013513-8 DAP SPF.CIAL PROJF,CT PROCEDURES Page 8 of 8 TH1S PAGE INTENTIONALLY LEFT BLANK C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARDCONSTRUCTIONSPECIFICATIONDOCUMENTS—DEVELOPERAWARDEDPROJECTS CITYPROJECTN0.103517 Revised August, 30, 2013 Ol 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION O1 45 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section lncludes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this ltem is considered subsidiary to the various ltems bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment ofall 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 requiredpayments 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, noti fy City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another form of distribution approved by the City. CITY OF FORT WORTH HEtl4PHlLG ROAD & STREETA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITYPROJECT NO. ]03517 Revised March 20, 2020 Ol 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representativc 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 VIAINTENANCE 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 SECTlON Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. Magana Removed reference to Buzzsaw and noted tltat electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH HEtl4PHlLG ROAD & STREETA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITYPROJECT NO. ]03517 Revised March 20, 2020 ois000-i DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 2 SECTION O1 50 00 TEMPORARY FACiLiTIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 1.2 A. Section lncludes: 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 PR10E AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this ltem is considered subsidiary to the various lteins bid. 21 No separate payment will be allowed for this item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Temporary Utilities l. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired C1TY OF FORT WORTH HEMPHILL ROAD & STREET A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C1TY PROJECT NO. 103517 Revised JULY l, 2011 oi s000-z DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 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 perfonning work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or coinpletion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 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 inaterials not susceptible to weather dainage inay 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 teinporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control C1TY OF FORT WORTH HEMPHILL ROAD & STREET A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C1TY PROJECT NO. 103517 Revised JULY l, 2011 015000-3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS �NOT USEDJ 11 1.8 MAINTENANCE MATERIAL SUBMITTALS �NOT USED� 12 1.9 QUALITY ASSURANCE �NOT USED� 13 1.10 DELIVERY, STORAGE, AND HANDLING �NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2- PRODUCTS [NOT USED] 17 PART 3- EXECUTION [NOT USED] 18 3.1 1NSTALLERS �NOT USED� 19 3Z EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 �REPAIR� / �RESTORATION� 25 3.6 RE-1NSTALLATION 26 3.7 FlELD [oa� S1TE QUALITY CONTROL �NOT USED� 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING �NOT USED� 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities C1TY OF FORT WORTH HEMPHILL ROAD & STREET A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C1TY PROJECT NO. 103517 Revised JULY l, 2011 O1 5000-4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all teinporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE �NOT USED� 5 3.14 ATTACHMENTS �NOT USED� 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH HEMPHILL ROAD & STREET A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C1TY PROJECT NO. 103517 Revised JULY l, 2011 oissz6-i DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 4 1 SECTION O1 55 26 2 STREET USE PERMIT AND MODiFICATIONS TO TRAFFiC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section lncludes: 6 1. Administrative procedures for: 7 a. Street Use Pennit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PR10E AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this ltem is considered subsidiary to the various lteins bid. 19 No separate payment will be allowed for this item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Contro] in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. C1TY OF FORT WORTH HEMPHILL ROAD & STREET A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C1TY PROJECT NO. 103517 Revised July l, 2011 oi ss z6-z DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 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 Pennit, 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 Pennit, 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. F. Temporary Signage 1. ln 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 Deparhnent, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traf�c Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS �NOT USED� 27 1.6 ACTION SUBMITTALS/1NFORMATlONAL SUBMITTALS �NOT USED� 28 1.7 CLOSEOUT SUBMITTALS �NOT USED� 29 1.8 MAiNTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 33 1.11 FlELD �SITE� CONDITIONS �NOT USED� 1.12 WARRANTY �NOT USED� 34 PART 2- PRODUCTS �NOT USED� 35 PART 3- EXECUTION �NOT USED� 36 END OF SECTION C1TY OF FORT WORTH HEMPHILL ROAD & STREET A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C1TY PROJECT NO. 103517 Revised July l, 2011 015526-3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 4 Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH HEMPHILL ROAD & STREET A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C1TY PROJECT NO. 103517 Revised July l, 2011 O1 55 26 - 4 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 4 of 4 THIS PAGE INTENTIONALLY LEFT BLANK C1TY OF FORT WORTH HEMPHILL ROAD & STREET A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C1TY PROJECT NO. 103517 Revised July l, 2011 015713-1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 4 1 SECTION O1 57 13 2 STORM WATER POLLUTiON PREVENTiON 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section lncludes: 6 1. Procedures for Storm Water Pollution Prevention Plans 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 Fonns and Conditions of the 11 Contract 12 2. Division 1— General Requirements 13 3. Section 31 25 00 — Erosion and Sediment Control 14 1.2 PR10E AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payinent will be allowed for this ltein. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payinent shall be in accordance with Section 31 25 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of lntent: NOl 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Speci�cation, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stonnwater Pollution Prevention Plan. C1TY OF FORT VVORTH HEMPHILL ROAD & STREET A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITYPROJECT NO. 103517 Revised July l, 2011 015713-2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 4 B. Construction Activities resulting in: 2 3 4 5 6 7 8 9 l0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 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 Pennit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3l 25 00 b) The Drawings c) TXR150000 General Pennit 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 NOl 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 NOl 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. 40 1.5 SUBMiTTALS 41 42 43 44 45 46 47 A. SWPPP Submit in accordance with Section Ol 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review C1TY OF FORT VVORTH HEMPHILL ROAD & STREET A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITYPROJECT NO. 103517 Revised July l, 2011 015713-3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 4 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section Ol 33 00. 4 1.6 ACTION SUBMITTALS/1NFORMATlONAL SUBMITTALS �NOT USED� 5 1.7 CLOSEOUT SUBMITTALS �NOT USED� 6 1.8 MAINTENANCE MATERIAL SUBMITTALS �NOT USED� 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLI'vG [NOT USED] 9 l.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY �NOT USED� 11 PART 2- PRODUCTS �NOT USED� 12 PART 3- EXECUTION [NOT USED] 13 14 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 15 C1TY OF FORT VVORTH HEMPHILL ROAD & STREET A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITYPROJECT NO. 103517 Revised July l, 2011 01 57 13 - 4 DAP STORM WATER POLLUTION PREVENTION Page 4 of 4 THIS PAGE INTENTIONALLY LEFT BLANK C1TY OF FORT VVORTH HEMPHILL ROAD & STREET A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITYPROJECT NO. 103517 Revised July l, 2011 O 1 60 00 - 1 DAP PRODUCT REQUIREMENTS Page 1 of 2 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION O1 60 00 PRODUCT REQUiREMENTS 5 A. Section lncludes: 6 1. References for Product Requirements and City Standard Products List 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 PR10E AND PAYMENT PROCEDURES �NOT USED� 13 1.3 REFERENCES �NOT USED� 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02 - Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all 26 products from that inanufacturer are approved for use, including but not liinited to, that 27 manufacturer's standard product. 28 E. See Section O1 33 00 for submittal requircmcnts of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS �NOT USED� 31 1.6 ACTION SUBMITTALS/1NFORMATlONAL SUBMITTALS �NOT USED� 32 1.7 CLOSEOUT SUBMiTTALS [NOT USED] 33 1.8 MAiNTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] C1TY OF FORT WORTH HEMPHILL ROAD & STREET A STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS— DEVF,LOPER AWARDED PROJECTS CITY PROJF.CT NO. 103517 Revised April 7, 2014 O1 6000-2 DAP PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY, STORAGE, AND HANDLiNG [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART Z- PRODUCTS �NOT USED� 5 PART 3- EXECUTION [NOT USED] 6 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 C1TY OF FORT WORTH HEMPHILL ROAD & STREET A STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS— DEVF,LOPER AWARDED PROJECTS CITY PROJF.CT NO. 103517 Revised April 7, 2014 Ol 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of4 SECTION Ol 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 dainage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification l. 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 PR10E AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Item is considered subsidiary to the various Items bid. No separate payinent will be allowed for this ltein. 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 VIAINTENANCE 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 timelyinstallation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be pennitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITYPROJECT NO. 103517 Revised Apiil 7, 2014 O16600-2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of4 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 ProjectRepresentative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control ofpremises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITYPROJECT NO. 103517 Revised Apiil 7, 2014 O16600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of4 1.11 FIELD �S1TE� COND1TlONS �NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 1NSTALLERS �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 lnspections 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] 310 CLEANING �NOT USEDJ 3.11 CLOSEOUT ACT1V1TlES �NOT USED� 312 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTlON CITY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITYPROJECT NO. 103517 Revised Apiil 7, 2014 Ol 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITYPROJECT NO. 103517 Revised Apiil 7, 2014 oi�000-i DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION O1 70 00 2 3 PART1- GENERAL MOBiLiZATION AND REMOBILIZATiON 4 1.1 SUMMARY 5 A. Section lncludes: 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1. Mobilization and Demobilization a. Mobilization l) 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. Reinobilization 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 froin one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Deinobilization C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VELOPER AWARDED PROJECTS CITYPROJECTNO. 103517 Revised April 7, 2014 oi �000-z DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 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 disasseinbly 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. 19 B. Deviations from this City of Fort Worth Standard Specification 20 l. 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 1Z PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payinent 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This item is considered subsidiary to the various items bid. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this ltem 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 34 35 36 37 38 39 40 41 42 43 44 45 46 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measuremcnt 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this ltem and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this ltem. C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VELOPER AWARDED PROJECTS CITYPROJECTNO. 103517 Revised April 7, 2014 01 7000-3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 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 ltem. 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) Measureinent for this ltem 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 ltem 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 ltem. 37 1.3 REFERENCES �NOT USED� 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMiTTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS �NOT USED� 42 1.8 MAINTENANCE MATERIAL SUBMITTALS �NOT USEDJ 43 1.9 QUALITY ASSURANCE �NOT USED� 44 1.10 DELIVERY, STORAGE, AND HANDLiNG [NOT USED] C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VELOPER AWARDED PROJECTS CITYPROJECTNO. 103517 Revised April 7, 2014 01 7000-4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION [NOT USED] 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VELOPER AWARDED PROJECTS CITYPROJECTNO. 103517 Revised April 7, 2014 017123-1 DAP CONSTRUCTION STAKINC AND SURVEY Page 1 of 4 1 2 3 PART1- GENERAL SECTION Ol 71 23 CONSTRUCTION STAKING AND SURVEY 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. None. 9 10 11 12 1Z 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 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 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Construction Staking a. Measurement 1) This ltein is considered subsidiary to the various ltems bid. b. Payment 1) The work performed and the materials furnished in accordance with this Itein are subsidiary to the various lteins bid and no other coinpensation will be allowed. 2. Construction Survey a. Measurement 1) This ltein is considered subsidiary to the various ltems bid. b. Payment 1) The work performed and the materials furnished in accordance with this Itein are subsidiary to the various lteins bid and no other coinpensation will be allowed. 28 1.3 REFERENCES �NOT USEDJ 29 1.4 ADMINISTRATIVE REQUIREMENTS �NOT USED� 30 1.5 SUBMITTALS 31 A. Submittals, if required, shall be in accordance with Section Ol 33 00. 32 B. All submittals shall be approved by the City prior to delivery. 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34 A. Certificates 35 1. Provide certificate certifying that elevations and locations of improvements are in 36 conformance or non-conformance with requirements of the Contract Documents. 37 a. Certificate must be sealed by a registered professional land surveyor in the 38 State of Texas. C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARDCONSTRUCTIONSPF,CIFICATIONDOCU!�1F,NTS—DEVELOPERAWARDEDPROJECTS CITYPROJECTN0.103517 Revised April 7, 2014 O1 71 23 - 2 DAP CONSTRUCTION STAKINC AND SURVEY Page 2 of 4 B. Field Quality Control Submittals 2 1. Documentation verifying accuracy of field engineering work. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS �NOT USED� 5 1.9 QUALITY ASSURANCE 6 A. Construction Staking 7 1. Construction staking will be performed by thc City. 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance for scheduling of Construction Staking. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes furnished by City. b. lf in the opinion of the City, a sufficient nuinber of stakes or markings have been lost, destroyed or disturbed, by Contractor's neglect, such that the contracted Work cannot take place, then the Contractor will be required to pay the City for new staking with a 25 percent markup. The cost for staking will be deducted from the payment due to the Contractor for the Project. B. Construction Survey Construction Survey will be performed by the City. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for construction survey. c. lt is the Contractor's responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. 1) City shall perform replacements and/or restorations. 3. General a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b. The Contractor will need to ensure coordination is maintained with the City to perform construction survey to obtain construction features, including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (l) Every 250 linear feet C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARDCONSTRUCTIONSPF,CIFICATIONDOCU!�1F,NTS—DEVELOPERAWARDEDPROJECTS CITYPROJECTN0.103517 Revised April 7, 2014 O1 71 23 - 3 DAP CONSTRUCTION STAKINC AND SURVEY Page 3 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 c. d. (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults (All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs, stubouts, dead-end lines (l0) Air Release valves (Manhole rim and vent pipe) (l l) Blow off valves (Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (l4) Casing pipe (each end) b) Storm Sewer (1) Top of pipe elevations and coordinates at the following locations: (a) Every 2501inear feet (b) Horizontal and vertical points of inflection, curvature, etc. c) Sanitary Sewer (l) Top ofpipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. (c) Cleanouts Construction survey will be performed in order to inaintain coinplete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. The Contractor will need to ensure coordination is maintained with the City to perform construction survey and to verify control data, including but not limited to the following: 1) Established benchmarks and control points provided for the Contractor's use are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades for tunneling 3) Lines and grades were used to establish the location of the pipe 4) Submit to the City copies of field notes used to establish all lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to City. 9) lf the installation does not meet the specified tolerances, iinmediately notify the City and correct the installation in accordance with the Contract Documents. 49 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARDCONSTRUCTIONSPF,CIFICATIONDOCU!�1F,NTS—DEVELOPERAWARDEDPROJECTS CITYPROJECTN0.103517 Revised April 7, 2014 O1 71 23 - 4 DAP CONSTRUCTION STAKINC AND SURVEY Page 4 of 4 1 1.11 FlELD �SITE� CONDITIONS �N01' USED] 2 1.12 WARRANTY �NOT USED� 3 PART 2- PRODUCTS �NOT USED� 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATlON �NOT USED� 8 3.4 APPL1CATlON 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD �oa] SITE QUALITY CONTROL 12 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 13 City in accordance with this Specification. 14 B. Do not change or relocate stakes or control data without approval from the City. 15 3.8 SYSTEM STARTUP �NOT USED� 16 3.9 ADJUSTING �NOT USED� 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION �NOT USED� 20 3.13 MAINTENANCE �NOT USED� 21 3.14 ATTACHMENTS �NOT USED� 22 23 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 24 C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARDCONSTRUCTIONSPF,CIFICATIONDOCU!�1F,NTS—DEVELOPERAWARDEDPROJECTS CITYPROJECTN0.103517 Revised April 7, 2014 01 74 23 - 1 DAP CLEANING Page 1 of 4 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION O1 74 23 CLEANiNG 5 A. Section lncludes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 14 1.2 PR10E AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS �NOT USED� 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAiNTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE �NOT USED� 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. C1TY OF FORT WORTH HEMPHILL ROAD & STREET A STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VF,LOPF.R nWARDF.D PROJECTS CITY PROJF.C'I' NO. 103517 Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART2- PRODUCTS 4 2.1 OWNER-FURNISHED �oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2Z MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL �NOT USED� 13 PART 3 - EXECUTION 14 3.1 1NSTALLERS �NOT USED� 15 3.2 EXAMINATION �NOT USED� 16 3.3 PREPARATlON �NOT USED� 17 3.4 APPLiCATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE-1NSTALLATION �NOT USED� 20 3.7 FlELD [oa� S1TE QUALITY CONTROL �NOT USED� 21 3.8 SYSTEM STARTUP �NOT USED� 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. 33 6. Handle materials in a controlled manner with as few handlings as possible. C1TY OF FORT WORTH HEMPHILL ROAD & STREET A STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VF,LOPF.R nWARDF.D PROJECTS CITY PROJF.C'I' NO. 103517 Revised April 7, 2014 01 74 23 - 3 DAP CLEANING Page 3 of 4 1 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 2 this project. 3 8. Remove all signs of temporary construction and activities incidental to construction 4 of required permanent Work. 5 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 6 have the cleaning completed at the expense of the Contractor. 7 10. Do not burn on-site. 8 B. lntennediate Cleaning during Construction 9 1. Keep Work areas clean so as not to hinder health, safety or convenicnce of 10 personnel in existing facility operations. 11 2. At inaximuin weekly intervals, dispose of waste materials, debris and rubbish. 12 3. Confine construction debris daily in strategically located container(s): 13 a. Cover to prevent blowing by wind 14 b. Store debris away from construction or operational activities 15 c. Haul from site at a minimum of once per week 16 4. Vacuum clean interior areas when ready to receive finish painting. 17 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 18 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 19 may become airborne or transported by flowing water during the storm. 20 C. Exterior (Site or Right of Way) Final Cleaning 21 1. Remove trash and debris containers from site. 22 a. Re-seed areas disturbed by location of trash and debris containers in accordance 23 with Section 32 92 13. 24 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 25 that may hinder or disrupt the flow of traf�c along the roadway. 26 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 27 junction boxes and inlets. 28 4. If no ]onger required for maintenance of erosion facilities, and upon approval by 29 City, remove erosion control from site. 30 5. Clean signs, lights, signals, etc. 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION �NOT USED� 33 3.13 MAINTENANCE �NOT USED� 34 3.14 ATTACHMENTS [NOT USED] 35 36 37 38 39 40 END OF SECTION C1TY OF FORT WORTH HEMPHILL ROAD & STREET A STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VF,LOPF.R nWARDF.D PROJECTS CITY PROJF.C'I' NO. 103517 Revised April 7, 2014 017423-4 DAP CLEANING Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application C1TY OF FORT WORTH HEMPHILL ROAD & STREET A STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VF,LOPF.R nWARDF.D PROJECTS CITY PROJF.C'I' NO. 103517 Revised April 7, 2014 oi �� i� - i DAP CL05EOUT REQUIREMENTS Page 1 of 4 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION O1 77 19 CLOSEOUT REQUIREMENTS 5 A. Section lncludes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PR10E AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this ltem is considered subsidiary to the various ltems bid. 15 No separate payment will be allowed for this item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. 27 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS �NOT USED� 29 PART 2- PRODUCTS �NOT USED� 30 PART 3 - EXECUTION 31 3.1 INSTALLERS [NOT USED] 32 3.2 EXAMiNATION [NOT USED] C1TY OF FORT WORTH HEMPHILL ROAD & STREET A STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS— DEVELOPER AWARDED PROJECTS CITY PROJPCT NO. 103517 Revised April 7, 2014 oi �� i�-z DAP CL05EOUT REQUIREMENTS Page 2 of 4 3.3 PREPARATION [NOT USED] 2 3.4 CLOSEOUT PROCEDURE 3 A. Prior to requesting Final lnspection, submit: 4 1. Project Record Documents in accordance with Section O1 78 39 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 2. Operation and Maintenance Data, if required, in accordance with Section Ol 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section O1 74 23. C. FinalInspection Kj 4. 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. 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. 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 33 D. Notice of Project Completion 34 1. Once the City Project Representative finds the Work subsequent to Final Inspection 35 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 36 37 38 39 40 41 42 43 44 45 E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional fonns: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor C1TY OF FORT WORTH HEMPHILL ROAD & STREET A STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS— DEVELOPER AWARDED PROJECTS CITY PROJPCT NO. 103517 Revised April 7, 2014 01 77 19 - 3 DAP CL05EOUT REQUIREMENTS Page 3 of 4 1 F. Letter of Final Acceptance 2 1. Upon review and acceptance of Notice of Project Completion and Supporting 3 Documentation, in accordance with General Conditions, City will issue Letter of 4 Final Acceptance and release the Final Payment Request for payment. 5 3.5 REPAIR / RESTORATION [NOT USED] 6 3.6 RE-1NSTALLATION �NOT USED� 7 3.7 FlELD [oa� S1TE QUALITY CONTROL �NOT USED� 8 3.8 SYSTEM STARTUP �NOT USED� 9 3.9 ADJUSTING [NOT USED] 10 3.10 CLEANING [NOT USED] 11 3.11 CLOSEOUT ACTIVITIES �NOT USED� 12 3.12 PROTECTION �NOT USED� 13 3.13 MAINTENANCE �NOT USED� 14 3.14 ATTACHMENTS [NOT USED] 15 16 END OF SECTION Revision Log DATE l� AME SUMMARY OF CHANGF. 4/7/2014 M.Domeneclt Revised for DAP application 17 C1TY OF FORT WORTH HEMPHILL ROAD & STREET A STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS— DEVELOPER AWARDED PROJECTS CITY PROJPCT NO. 103517 Revised April 7, 2014 01 77 19 - 4 DAP CL05EOUT REQUIREMENTS Page 4 of 4 THIS PAGE INTENTIONALLY LEFT BLANK C1TY OF FORT WORTH HEMPHILL ROAD & STREET A STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS— DEVELOPER AWARDED PROJECTS CITY PROJPCT NO. 103517 Revised April 7, 2014 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 6 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 1.2 18 19 20 21 1.3 SECTION O1 78 23 OPERATiON AND MAINTENANCE DATA A. Section lncludes: 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. Traf�c 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 Speci�cation 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 PR10E AVD PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various lteins bid. No separate payment will be allowed for this item. REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section O1 33 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 1NFORMATlONAL SUBMITTALS 30 31 32 33 34 35 36 37 A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8'/z inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VELOPER AWARDED PROJECTS CITYPROJECTNO. 103517 Revised April 7, 2014 O1 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 3 � d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) ldentify each volume with typed or printed title "OPERATING AND MAINTENANCE 1NSTRUCTiONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are uscd, correlate the data into related consistent groupings. lf available, provide an electronic form of the O&M Manual. 21 B. Manua] Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 voluine 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. ldentify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 40 41 42 43 44 45 46 47 48 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipinent and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. C11'Y OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VELOPER AWARDED PROJECTS CITYPROJECTNO. 103517 Revised April 7, 2014 O1 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 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) lnstances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final fonn. 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) lnformation 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. lnstructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final fonn. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life ofparts 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 C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VELOPER AWARDED PROJECTS CITYPROJECTNO. 103517 Revised April 7, 2014 O1 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 6 1 i. Charts of valve tag numbers, with location and function of each valve 2 j. List of original manufacturer's spare parts, manufacturer's current prices, and 3 recominended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Perfonnance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original inanufacturer's spare parts, manufacturer's current prices, and 26 recominended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Speci�cations 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS �NOT USED� 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VELOPER AWARDED PROJECTS CITYPROJECTNO. 103517 Revised April 7, 2014 O1 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 6 1 1.10 DELIVERY, STORAGE, AND HANDLiNG [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART Z- PRODUCTS �NOT USED� 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31 /2012 D. Johnson l.5.A.1 — title of section removed 4/7/2014 M.Domenech Revised for DAP Application C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VELOPER AWARDED PROJECTS CITYPROJECTNO. 103517 Revised April 7, 2014 O1 78 23 - 6 DAP OPERATION AND MAINTENANCE DATA Page 6 of 6 THIS PAGE INTENTIONALLY LEFT BLANK C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VELOPER AWARDED PROJECTS CITYPROJECTNO. 103517 Revised April 7, 2014 oi �a 3� - i DAP PROJECT RECORD DOCUMENTS Page 1 of 4 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION O1 78 39 PROJECT RECORD DOCUMENTS 5 A. Section lncludes: 6 1. Work associated with the documenting the project and recording changes to project 7 docuinents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily liinited to: 15 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1— General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various lteins bid. 20 No separate payinent will be allowed for this ltein. 21 1.3 REFERENCES �NOT USED� 22 1.4 ADMINISTRATIVE REQUlREMENTS �NOT USED� 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final lnspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTlON SUBMITTALS/1NFORMATIONAL SUBMITTALS �NOT USED� 27 1.7 CLOSEOUT SUBMITTALS �NOT USED� 28 1.8 MAlNTENANCE MATERlAL SUBMITTALS �NOT USED� 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other pocuments where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VELOPER AWARDF.D PROJECTS CITYPROJECTNO. 103h17 Revised April 7, 2014 oi �a 3�-z DAP PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modi�cation of the Work to proceed without lengthy and 5 expensive site measureinent, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until coinpletion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. ln such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD �S1TE� CONDITlONS �NOT USED� 16 1.12 WARRANTY �NOT USEDJ 17 PART 2 - PRODUCTS 18 2.1 OWNER-FURNISHED [oa� OWNER-SUPPLlED PRODUCTS �NOT USED� 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final lnspection, provide 25 the City l complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL �NOT USED� 28 PART 3 - EXECUTION 29 3.1 iNSTALLERS [NOT USED] 30 3.2 EXAMINATlON �NOT USED� 31 3.3 PREPARATION �NOT USED� 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VELOPER AWARDF.D PROJECTS CITYPROJECTNO. 103h17 Revised April 7, 2014 017839-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set inust be taken out for new entries and for exainination, 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. ln 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 Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final docuinents, 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. C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VELOPER AWARDF.D PROJECTS CITYPROJECTNO. 103h17 Revised April 7, 2014 O1 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 1 d. Make changes neatly, consistently and with the proper media to assure 2 longevity and clear reproduction. 3 2. Transfer of data to other pocuments 4 a. If the Documents, other than Drawings, have been kept clean during progress of 5 the Work, and if entries thereon have been orderly to the approval of the City, 6 the job set of those Documents, other than Drawings, will be accepted as final 7 Record Documents. 8 b. lf any such Document is not so approved by the City, secure a new copy of that 9 Document from the City at the City's usual charge for reproduction and 10 handling, and carefully transfer the change data to the new copy to the approval 11 of the City. 12 3.5 REPAIR / RESTORATION [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FlELD [ox� S1TE QUALITY CONTROL �NOT USED� 15 3.8 SYSTEM STARTUP �NOT USED� 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITlES �NOT USED� 19 3.12 PROTECTlON �NOT USED� 20 3.13 MAlNTENANCE �NOT USED� 21 3.14 ATTACHMENTS [NOT USED] ��a 23 END OF SECTION Revision Log DnTE NAVIF. SUMMARY OF CHANGF. 4/7/2014 M.Domeneclt Revised for DAP Application 24 C1TY OF FORT WORTH HEMPHILL ROAD & STREETA STANDARD CONSTRUCTION SPF,CIFICATION DOCU!�1F,NTS — DF,VELOPER AWARDF.D PROJECTS CITYPROJECTNO. 103h17 Revised April 7, 2014 APPENDiX GC-4.02 Subsurtace and Physical Conditions GR-01 60 00 Product Requirements CITY OF FORT WORTH HErY1PHILL ROAU cRc SIR6EI'A STANDARD CONSTRliCTION SPECIFICATION DOCUMe\TS CITYPROJI;CT NO. 103517 Revised July l, 2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH HErY1PHILL ROAU cRc SIR6EI'A STANDARD CONSTRliCTION SPECIFICATION DOCUMe\TS CITYPROJI;CT NO. 103517 Revised July l, 2011 - ��� � E N G I 1J F. E R i N{, GEOTECHNICAL ENGINEERING REPORT - PAVEMENT HEMPHILL STREET EXTENSION NORTH OF WEST RISINGER ROAD FORT WORTH, TEXAS Prepared For: Commerce Construction Company 131 East Exchange Parkway, Suite 220 Fort Worth, Texas 76164 Attn: Mr. Dan Bell August 2021 PROJECT NO. 21-25503 www.roneenqineers.com � � � � ENG INEE;cING August 24, 2021 Mr. Dan Bell Commerce Construction Company 131 East Exchange Parkway, Suite 220 Fort Worth, Texas 76164 Re: Geotechnical Engineering Report - Pavement Hemphill Street Extension Fort Worth, Texas Rone Report No. 21-25503 Dear Mr. Bell: GEOTECHNICAL ENGINEERING EARTHWORKS CONTROL ENVIRONMENTAL CONSULTING CONSTRUCTION MATERIAL TESTING Rone Engineering Services, Ltd. (Rone) is pleased to submit the Geotechnical Engineering Pavement Report for the referenced project. The geotechnical engineering services performed for this study were carried out in general accordance with Rone Proposal No. P-31085-21 H, dated August 3, 2021. This report presents engineering analyses and recommendations for site grading and pavements with respect to known project and site characteristics. Detailed results of our field exploration and laboratory testing are provided in the appendix of the report. We appreciate the opportunity to be of service to you on this project. We look forward to providing additional Geotechnical Engineering and Construction Materials Testing services as the project progresses through the final design and construction phases. Please contact us if you have any questions or if we can be of further assistance. Respectfully submitted, � ' � � CI yton M. Torrance, E.I.T. Project Engineer Texas Engineering Firm License No. F-1572 s.�� �F r`�1. �P: ...... ,.��-�� � ••' ' ., ' : • i � � �' � �I %. � ' ' � ERIC�M �HOLLABAUGH. �/. a �..... ......... `9. 120829 r�Q Jj� �'� •.,<�� E ry sE0 : ���� � 1 1sS•o.... •�Nca� � i 1����������� ��� Eric M. Hollabaugh, P.E. o$� Senior Geotechnical Engineer DALLAS � FORT WORTH � AUSTIN � HOUSTON 3201 NE LooP 820, SuiTE 180 � FORT WORTH, TEXAS 76137 � TE�: 817.717.1040 PAGE 1 PROJECT INFORMATION ......................................................................................................1 2 PURPOSES AND SCOPE OF STUDY ....................................................................................1 3 FIELD EXPLORATION AND LABORATORY TESTING .........................................................2 4 GENERAL SITE CONDITIONS ...............................................................................................2 4.1 Site Geology ....................................................................................................................................... 2 4.2 Subsurface Soil Conditions .................................................................................................................3 4.3 Groundwater .......................................................................................................................................6 4.4 Soluble Sulfates ..................................................................................................................................6 5 SITE ANALYSIS ......................................................................................................................7 5.1 Geotechnical Analysis ........................................................................................................................7 5.2 Subsurface Volume Change Potential ................................................................................................ 8 6 SUBGRADE SYSTEM RECOMMENDATIONS .......................................................................9 6.1 Ground Modification and Subgrade Treatment ................................................................................10 6.2 Subgrade Recompaction ..................................................................................................................10 6.3 Excavation Safety Considerations ....................................................................................................10 7 SITE PREPARATION FOR CONSTRUCTION ......................................................................10 7.1 General .............................................................................................................................................10 7.2 Excavations .......................................................................................................................................11 8 CONSTRUCTION OF SUBGRADE FILLS ............................................................................11 8.1 Subgrade Preparation .......................................................................................................................12 8.2 Subgrade Fill Construction ...............................................................................................................12 8.2.1 Project Fills ................................................................................................................................13 8.2.2 Fill Material Requirements .........................................................................................................13 8.2.3 Borrow Selection .......................................................................................................................13 8.3 Fill Construction Specifications .........................................................................................................13 8.3.1 Recompaction of Existing Subgrade and Grade Raise Below Pavement .................................14 8.3.2 Utility Trench Backfill .................................................................................................................15 8.3.3 General Site Fills for Site Grading and Drainage ......................................................................20 8.3.4 Compaction Specification Summary .........................................................................................20 8.4 Quality Control and Field Verification Testing ..................................................................................20 8.5 Construction Oversight .....................................................................................................................21 9 PAVEMENT ...........................................................................................................................22 9.1 Pavement Subgrade Preparation .....................................................................................................23 9.2 Surface Drainage ..............................................................................................................................24 10 SITE COMPLETION AND MAINTENANCE ........................................................................24 10.1 Site Grading and Drainage .............................................................................................................24 10.2 Landscaping and Irrigation .............................................................................................................24 11 STUDY CLOSURE ..............................................................................................................25 12 COPYRIGHT 2021 RONE ENGINEERING SERVICES, LTD ..............................................26 AI�rtNuix A Plate VICINITYMAP ........................................................................................................................................................... A.1 GEOLOGYMAP ........................................................................................................................................................ A.2 BORING LOCATION DIAGRAM ................................................................................................................................ A.3 LOGSOF BORING ............................................................................................................................................A.4-A.13 KEY TO CLASSIFICATIONS AND SYMBOLS ........................................................................................................ A.14 UNIFIED SOIL CLASSIFICATION SYSTEM ........................................................................................................... A.15 SOLUBLE SULFATE TEST RESULTS .................................................................................................................... A.16 REC COMPACTION DESIGN REPORTS ............................................................................................... A.17a to A.17c APPENDIX B Paqe FIELDOPERATIONS ................................................................................................................................................ B.1 LABORATORY TESTING .......................................................................................................................................... B.2 RONE SPECIFICATION 400: LIME TREATMENT .................................................................................................... B.3 APPENDIX C Paqe IMPORTANT INFORMATION ABOUT THIS GEOTECHNICAL ENGINEERING REPORT ...................................... C.1 ���� GEOTECHNICAL ENGINEERING PAVEMENT REPORT 1 PROJECT INFORMATION The subject property is comprised of generally vacant land located in Fort Worth, Texas. A summary of the proposed project is provided below: Table 1: Project Overview Item Description Location I The site is located north of the intersection of Hemphill Street and West Risinger Road in Fort Worth, Texas. The project will include construction of an extension of Hemphill Street extending Project approximately 3,500 feet north from West Risinger Road. The project also includes an Description approximate 700-foot westward extension of Southwest Drive, from its current north terminus to the proposed Hemphill extension. Existing Site I The property is generally open and covered with grass and dense trees on the north Conditions side. The property has many commercial buildings nearby. Topography The site generally slopes downward to the north, with elevations ranging from approximately 767 to 727 feet. Previous Rone completed the geotechnical study for a proposed adjacent warehouse (Fort Worth Studies South Phase 2 Building 10, Rone report number 21-25353, dated August 16, 2021). Site vicinity and geology maps are attached as Plates A.1 and A.2, respectively in Appendix A of this report. Boring locations are shown on the Boring Location Diagram, Plate A.3. 2 PURPOSES AND SCOPE OF STUDY The principal purpose of this study is evaluation of subsurface conditions to provide geotechnical recommendations for the design and construction of earthwork and pavements for the proposed streets. The study was conducted in the following phases: • Borings were drilled and sampled to evaluate the subsurface conditions at the boring locations and to obtain soil samples. • Laboratory tests were conducted on limited samples recovered from the borings to evaluate the pertinent engineering characteristics of the pavement subgrade materials. . Engineering analyses were conducted for pavement design recommendations. . Onsite soils were evaluated for potential sources of fill materials required for the project. ���� As the Geotechnical Engineer of Record serving this project, we recommend that Rone provide assistance during the design phase to confirm the intent of the geotechnical recommendations has been satisfied. In addition, Rone Earthworks should be retained to observe fill construction and ensure the specified controls are correctly implemented. 3 FIELD EXPLORATION AND LABORATORY TESTING The borings were located in the field by Rone personnel using site landmarks, maps, aerial photographs, and a handheld GPS device. The borings were not located by a registered surveyor. Ground surface elevations at the boring locations were interpolated from grading plans provided by the client. The provided locations and elevations are for general mapping purposes and are accurate only to the extent implied by the technique used in their determination. A total of 10 borings were completed for Hemphill Street to a depth of approximately 10 to 20 feet below existing grades using a truck-mounted drill rig in July 2021. The approximate boring locations are shown on Plate A.3, Boring Location Diagram. Sample depth, description of soils, and classification (based on the Unified Soil Classification System) are presented in the Logs of Boring, Plates A.4 through A.13. Keys to terms and symbols used on the logs are also included in Appendix A. Laboratory tests were performed on selected samples recovered from the borings to confirm visual classification, determine material strata, and estimate in-situ consolidation states and other engineering properties of the materials encountered. Soluble sulfate concentration tests and classification test results are presented in the Logs of Boring. Descriptions of the procedures used in the field and laboratory phases of this study are presented in Appendix B. 4 GENERAL SITE CONDITIONS 4.1 Site Geology Based on the subsurface conditions encountered at the boring locations and the Geologic Atlas of Texas, Dallas Sheet (published by the Bureau of Economic Geology), the site appears to be located within the undivided Grayson Marl and Main Street Limestone formation (mapped as ���� Kgm). A Site Geology Map is presented on Plate A.2 of Appendix A. The USGS Mineral Resources On-Line Spatial Data reference contains the following description: Grayson Marl and Main Street Limestone formation (Kgm): The Grayson Marl is typically composed of greenish-gray to medium gray marl. Some thin interbeds of limestone may be present in upper portions of the formation. The limestone is often nodular, silty, sandy, gray, and fossiliferous. It weathers to a grayish-yellow with a thickness typically ranging from approximately 15 to 60 feet. The Main Street Limestone consists of hard, coarse grained limestone beds, interbedded with thin marl beds. It may be yellow-gray, white, or brown, with a thickness of approximately 10 to 20 feet. 4.2 Subsurface Soil Conditions The results of the field and laboratory testing have been used to develop generalized subsurface profiles of the project site. The strata identified in the borings at this site are described below: • Stratum I- The upper stratum generally consisted of dark brown, light brown, and tan fat clay (CH), lean clay (CL), and clayey sand (SC), containing various amounts of sand, from the ground surface to depths of approximately 2 to 18'/z feet. • Stratum II - The second stratum generally consisted of tan weathered limestone and/or gray limestone extending to the termination depths of approximately 20 feet. Hand penetrometer readings ranged from 2.75 to more than 4.5 tons per square foot (tsf) in the cohesive soils. Standard Penetration Test blow counts (SPT N-values) ranged from 16 blows per foot to 50 blows for 1 inch. The Texas Cone Penetrometer blow counts ranged from 100 blows for 6 inches to 100 blows for less than 0.25 inches. A summary of the soil properties considered for design is provided below. Table 2: Generalized Subsurface Profile In Situ Soil Property Estimated Specific Gravity, GS Full Range 2.67-2.70 Design Range 2.68 Percent Fines (%) Liquid Limit Plasticity Index Dry Density (pcf) Void Ratio, e 29-94 31-69 14-45 94-116 0.40-0.80 69-92 41-55 23-36 96-112 0.46-0.60 In Situ Soil Property Moisture Content (%) Moisture Increase Potential (%) Full Range 1-5 ���� Design Range 14-23 2-4 While both lean clay and fat clay shrink and swell with variations in moisture content, higher plasticity materials (fat clays) typically have greater sensitivity to moisture variation, increased potential for volume change, and higher swell pressures. With sufficient moisture increase, swell pressures within Stratum I are expected to range from approximately 2,000 to 3,000 psf. Modification of the upper clay will control subgrade design recommendations. The existing moisture content increase potential within Stratum I was determined to range from approximately 1 to 5 percent. A generalized profile of the subsurface conditions is included below. m �z � Oz m A Z `.. zrn� � m z m � = r o� m 0�3 G �o=� (A p A��, c ��� � W ���� � X `� mm � ai 03 D Q- o n = m � � � TI � m � � � r v m v n � ni C7 � � �c 0 v � � � � m D O � � � � w � � m T (D (D � � ( � n r� m 3 m � m ai � � � � 3 m v � m � Q Q' D�� �� n�v � � � C� Cn r � � � � v m ' � � — v� � �' u�i � � < ` � � � O 3 fl1 � N a � � � +�� � Elevation (Feet) . :1:1�1:1�!���`,�►�� � :1:1: \\\\\\\' \ ' , I � A i , I�I � � � i � � ; � I� il������.����t������ � ilili�w\\�.\\\\�.\'� : J J J J J J J J �I C�il O tJ� O CNJI O CWJI O (�Ji i��� . ��.�1.\\` ' . � � 60 o �� J J J J J O (J1 O CI1 O � 0 � 0 m a m m < v 0 � � z 0 � 3 � O C 3 � ���� The Logs of Boring should be reviewed for specific information at individual boring locations. Stratification boundaries shown in the logs represent the approximate locations of changes in types of in-situ materials. The transition between material types may vary between borings, and be gradual and indistinct. Variations will occur and should be expected across the site. 4.3 Groundwater The borings were advanced using continuous flight augers. The borings were monitored during and immediately after drilling for the presence of water seepage. Free water was observed in Boring P-2 during drilling at a depth of approximately 11'/z feet. Groundwater was not encountered in the remaining borings. A thorough assessment of the vadose zone or upper groundwater was not conducted, and the study did not include extended monitoring of groundwater levels or perched water conditions. A full hydrogeologic study can be conducted upon request to assess the sources and variation of in-situ moisture levels in the vadose zone water levels beneath the site, and how various site development alternatives could potentially effect groundwater conditions. In general, groundwater levels and moisture content in the vadose zone vary climatically and seasonally depending on topography, land use, surface hydrology, subsurface hydrogeology, and proximity to bodies of surface water. The rate and extent of these variations depend on many variables including subsurface stratigraphy, soil strata properties, capillary sources, capillary strength, consolidation states, soil structure, thermal cover, and surface infiltration and evapotranspiration rates. A cursory hydrogeologic assessment of the vadose zone is provided in Section 5.1 Geotechnical Analysis. 4.4 Soluble Sulfates Soluble sulfates are common in this geologic formation. Test results for samples analyzed during this study indicate sulfate levels ranging from less than 100 parts per million (ppm) to approximately 800 ppm, indicating low to moderate sulfate levels. Refer to Plate A.16 for detailed soluble sulfate quantities and the corresponding depths. Soluble sulfate levels are generally considered high when 3,000 parts per million (ppm) is exceeded. When sulfates come in contact with calcium, aluminum, and water, expansion (heave) can occur. These volume increases can be prevented by interrupting the supply of one of the four components, or the reaction can be allowed under specific circumstances. When lime and/or � ���� cement and water are introduced during subgrade treatment, calcium is supplied by the lime or cement, causing aluminum to be released from the soil, creating an expansive reaction. To combat sulfate induced heave, the soils can be treated, and the expansive reaction can be allowed to occur. Any lime involved in the initial reaction is no longer available to chemically treat the soil, so a second treatment process would be required. Since the measured sulfate content is less than 3,000 ppm, the need for double lime application is considered low; however, additional sulfate tests should be completed after pavement subgrades are at their final elevations. 5 SITE ANALYSIS Pavement design alternatives have been evaluated based on site-specific geotechnical conditions, proposed development plans, and known design preferences. 5.1 Geotechnical Analysis Subgrade preparation and fill elements are critical components of all subgrade systems. Pavement design has been evaluated based on the following engineering criteria: • Subgrade support characteristics . Volume change (shrink-swell) potential The rate and magnitude of volume change is controlled by the rate and extent of wetting and drying cycles. Volume change potential is affected by moisture change potential, clay mineralogy, material density, soil structure, hydrogeologic environment, and confining pressure to swell pressure ratios. Moisture change potential, material density, and soil structure can be modified and controlled; and clay content, hydrogeologic environment and confining pressure can be managed to limit volume change as necessary. These are key factors in the ground modification elements of alternatives when evaluating various pavement designs. The primary provisions for managing the hydrogeologic environment are long-term stabilization of subgrade moisture levels, and management of desiccation risk. A limited hydrogeologic assessment of the vadose zone indicates the primary source of subsurface moisture is likely surface water infiltration. Although not indicated in the current soil moisture profile, seasonal groundwater perched atop the weathered limestone may also provide a secondary source of soil moisture. There is generally sufficient clay within the encountered soils to allow capillary rise from any groundwater to help maintain equilibrium soil moisture levels; ���� however, granular soil can break the capillary action and reduce the opportunity for continuous moisture supply from a water source at depth. The site is generally undeveloped and relatively open. Surface water storage is negligible, and there is little thermal cover. Surface grades slope downward to the north, and the underlying bedrock gradient is likely similar. The average soil moisture profile across the site at the time of sampling is illustrated below. Figure 2: Average Soil Moisture Profile zs 19 � 17 v y 15 � 'o � 13 11 9 ■ 0-2' ■ 2-4' _ 4-6' ■ 6-8' _ � _ 8-10' 13-15' ■ 18-20' Pavement systems often require ground modification within the vadose zone. Each ground modification element includes provisions for limiting moisture content variation, and preparing for its effects. The following ground modification elements were evaluated for this site: • Need and extent of subgrade replacement / recompaction, • Management and tolerance of in-situ conditions below ground modification depths, • Grade raise elements, • Strength and stability requirements of each fill element; and, • Subgrade stabilization options. Analyses of volume change and settlement potential relative to the various pavement design alternatives are summarized in the following sections. 5.2 Subsurface Volume Change Potential Direct measurement of soil expansion and the resulting swell pressures under the anticipated stress conditions is the most reliable way to account for the factors that control volume change within natural clay formations and assess swell-shrink conditions within the vadose zone. These analyses indirectly account for clay mineralogy, clay content, clay mix, soil structure, compaction states, and stress states. Measurement of swell pressures allows determination of ground modification requirements for pavement subgrade design. For this study, a limited review of swell ���� potential was conducted on testing performed in the previous study, (Rone report number 21-25353, dated August 16, 2021). Due to the low to moderate swell test results, and the limited thickness of clay soil, swell pressure testing was not performed. The swell test results generally indicate low to moderate swell potential with sufficient moisture increase. The corresponding swell pressures are also expected to be low to moderate. Based on our evaluation of the subsurface conditions, we estimate typical swell pressures of approximately 2,000 to 3,000 psf, and a swell potential of approximately 2 percent for design analyses. As an additional means of evaluating subgrade swell potential, Potential Vertical Rise (PVR) estimates were also performed in general accordance with the Texas Department of Transportation (TxDOT) Test Method Tex-124-E. The TxDOT method is empirical, assumption- based, generalized, and based on correlations with the Atterberg limits, density, and moisture content of the soils at the time of the investigation. All conditions influencing swell potential are not accounted for in this procedure. The procedure was applied to an estimated 12-foot deep active zone, limited by the depth to weathered limestone, for soils in a dry moisture condition. Based on the TxDOT method, the estimated PVR is approximately 1 to 5 inches, due to varying depth of limestone. Based on the PVR analyses, the following parameters have been used to evaluate design alternatives: Table 3: Untreated Subgrade Movement Potential Material Fat Clay (CH) Design Depth (feet) 0 Estimated Swell Pressure (psf) 2,000 to 3,000 Untreated Swell Potential (inches) 2'/z 6 SUBGRADE SYSTEM RECOMMENDATIONS Design evaluations have been made for the pavement based on our current understanding of the project and the available subsurface information. The proposed pavement may be supported on lime treated subgrade overlying controlled fill, native soil, or weathered limestone. Lime treatment is not required where weathered limestone is exposed at the pavement subgrade elevation. A schematic cross-section of the pavement subgrade system is provided below. ���� 6.1 Ground Modification and Subgrade Treatment Modification of the existing subgrade material is designed to control the pavement subgrade. Any grade raise fill used to achieve final subgrade elevations serves a similar purpose. Overexcavation is not required for subgrade treatment; however, all fill should be placed using the compaction controls recommended in this report. Controlled fill should extend at least 2 feet laterally beyond the proposed pavement to allow for adequate edge preparation 6.2 Subgrade Recompaction The subgrade recompaction is designed to restructure the cohesive soils such that strength and volume change can be better controlled. Determination of the compaction energies and compaction efficiencies required for the existing soil property ranges allow this control. Effective construction controls for the proposed fill elements are provided in Section 8 Construction of Subgrade Fills. Estimated construction performance and results are also included. 6.3 Excavation Safety Considerations All excavations should be sloped, shored, or shielded in accordance with Occupational Safety and Health (OSHA) requirements. In accordance with Texas State Law, the design and maintenance of excavation safety systems is the sole responsibility of the construction contractor. OSHA Standards 29 CFR —1926 Subpart P, including Appendices A and B, should be referenced for guidance in the design of such systems. 7 SITE PREPARATION FOR CONSTRUCTION 7.1 General Remove existing foundations, structures, deleterious materials, debris, utilities and other manmade features, and relocate utilities in accordance with the plans and specifications. All Figure 3: Pavement Cross Section Schematic ���� vegetation and organic matter, including tree stumps and root systems, should be removed from within the proposed construction limits. Removal should extend at least 5 feet beyond pavement edges, except where vegetation must be maintained according to the design documents. Unless otherwise specified, all materials resulting from clearing and grubbing operations should be properly disposed. In no case should any organic or deleterious material resulting from clearing and grubbing operations be used within the earthworks or fill materials, or permanently placed onsite except where authorized by the geotechnical engineer. 7.2 Excavations All excavations should be performed to the limits and grades indicated in the design documents. Relatively shallow weathered limestone and competent limestone were encountered in Borings P-1 and P-2, and these materials will likely be encountered during site grading and other excavations in northern portions of the site. This study was not performed to evaluate the difficulty of ripping, processing and/or excavating the on-site materials, or estimating the volume of those excavated materials. The earthwork contractor should have experience in construction and excavation within these materials. The contractor must use his or her own experience when making decisions regarding means, methods and costs to accomplish the proposed construction, including excavation tools, excavation rates, and number of trucks. 8 CONSTRUCTION OF SUBGRADE FILLS Soil fill elements are critical components of any subgrade system. Strength and stability of the fill are essential to limiting subgrade movements below pavements. Mechanical soil compaction is designed to improve the engineering properties of soils; however, inadequate fill control methods often do not achieve the desired compaction during construction. The soil construction specifications in this report provide for effective compaction control, including direct data verification and real-time control. The fill construction specifications provided in this report are designed for the specific geotechnical requirements of this project. The specifications provide the construction controls needed to prepare cohesive fills for saturation and drying potential. If the specified controls are not properly implemented, the fills will be vulnerable to strength loss and swell with saturation, and potential shrinkage from drying. The initiation of shrinkage or swelling can lead to increased shrink-swell cycles with moisture variation. � ���� The design of these soil compaction specifications includes estimates of compacted soil properties corresponding to varying compaction energies and compaction efficiencies, enabling assessment of the final compacted performance of the fill. The construction specifications below will prepare the fills for potential saturation; however, the environments of these fills must maintain generally moist conditions without excessive drying. In many cases, equilibrium moisture ranges can be established during construction, but in other cases equilibrium moisture cannot be achieved without maintenance following construction. Potential maintenance requirements for fills on this project are discussed in Section 11 Site Completion and Maintenance. 8.1 Subgrade Preparation After site clearing, the exposed subgrade should be prepared for construction of fills. All areas that will underlie pavements will require ground modification presented in the following sections. Exposed subgrades in cut areas of 3 feet or less should be scarified to a depth of 8 inches and recompacted wet of the optimum moisture content at full compaction in construction, to at least 95 percent of maximum density in construction, as generated by a CAT 563 footed compactor or approved equivalent. In areas where limestone is exposed within the 3-foot depth, excavation and recompaction of the limestone subgrade is not required. Field verification testing will be conducted in accordance with Section 8.3 Quality Control and Field Verification Testing. Any areas where the specified properties are not achieved often indicate a soft or low modulus subgrade is present below the compacted lift. If testing confirms that soft soils underlie any section of the recompacted surface, those sections should be overexcavated and recompacted in lifts as required by the Geotechnical Engineer. 8.2 Subgrade Fill Construction Pavement construction often includes a structural fill element. These fill elements are critical to ground modification requirements and the strength and stability the subgrade and pavement. Fill construction requirements depend on the design purpose and service conditions of each fill. Each fill element must be constructed to achieve the properties required for the long term stability of the fill. Each completed lift of fill should be maintained at the recommended moisture level until placement of subsequent fill or permanent protective cover such as pavement. ���� 8.2.1 Project Fills The fill elements identified for this project are listed below: • Recompaction of existing subgrade and grade raise below pavements • Utility trench backfill • General fills for site grading and drainage 8.2.2 Fill Material Requirements The following table provides general property requirements and applications for the cohesive soils that may be used as fill on this project. Table 4: Fill Material Material Native Clay Imported Fill Source On-Site Import Property Ranges N/A CL: 15 <_ PI s 35 or Flexible Base Percent silt <_ 20% Use Pavement Subgrade Pavement Subgrade (optional) Silt soil classifications are not acceptable. Gravel content should be generally less than 20 percent. Fill should be free of organics, debris, large rocks, and deleterious material. 8.2.3 Borrow Selection Rone can assist the contractor in the selection of borrow sources and compactor pairings in order to reduce moisture amendment needs during construction. With this assistance, allowable soil property limits may also be expanded by matching the compaction energy of specific compactors with the borrow materials. For improved control and more consistent fill properties, stratified borrow sources approved for use as fill material should be excavated and processed in a manner to produce consistent mixing and increased uniformity of the fill materials. The Geotechnical Engineer of Record can provide additional guidance for this as needed. 8.3 Fill Construction Specifications In general, all fill soils should be placed in consistent loose lift thicknesses, and fully and uniformly compacted across each lift. The moisture content at the time of compaction should be wet of the optimum moisture content in construction as defined by the field compaction curves provided in this report. Any moisture adjustments that are required should be completed before compaction. ���� Each lift should be compacted using at least the minimum number of passes required to achieve full compaction as specified by the Geotechnical Engineer of Record. The compaction specifications for soil construction provided in this report have been developed for each fill expected on this project. These specifications are based on the predetermined compaction performance of specific compactor and soil combinations relative to the known project design requirements. The recommended controls have been developed based on source soil and moisture ranges determined during the site exploration, and typical compactors suitable for these fills and fill volumes. The specifications employ family-of-curve methods for compaction curves produced during construction in order to use the compactor's performance for control and accommodate soil variation during construction. RECT"' Compaction Design Reports supporting this analysis, along with the resulting process control requirements, are included in the appendix of this report. The construction specifications and illustrations of the performance, range and limits of construction for each fill type are provided below. At the end of this section, a summary table is provided as a quick reference for the fill specifications. Additional information can also be provided regarding alternative compactors to account for changes during construction and optimal selection by the earthwork contractor. All completed lifts should be protected by subsequent lifts placed as soon as practical during construction. Completed lifts to be exposed more than 1 day should be kept wet with light water application. Completed lifts damaged by desiccation, erosion, construction traffic, or other disturbances should be scarified and re-compacted according to the process control requirements for that particular fill. 8.3.1 Recompaction of Existing Subgrade and Grade Raise Below Pavement Pavement subgrade fill should be fully and uniformly compacted wet of the optimum moisture content during construction using a CAT 563 or equivalent footed compactor approved by the Geotechnical Engineer of Record. Compact in 9-inch loose lifts to at least 94 percent of the maximum dry density in construction and to an air percentage not exceeding 6.8 percent. The optimum moisture content and maximum density in construction are determined from the field moisture-density curves (field compaction curves) generated by the compactor for the range of soils used in construction. This family-of-curve range for the specified compactor energy is provided by the Geotechnical Engineer of Record. ���� Figure 4 provides the performance and design construction range for the specified compactor and the in-situ moisture ranges relative to the design moisture range for construction. This range can be refined with more soil information prior to or during construction. A diagram of the compaction specification is provided on the Compaction Control Chart in Figure 5. The Compaction Control Chart includes the required construction range and minimum number of passes required for full lift compaction. The construction range provided is only valid for full compaction using at least the minimum number of passes. Additional control specifications are also noted on the chart. It is critical for the strength and stability requirements of the fill that each lift is fully and uniformly compacted using at least the minimum number of passes for the compactor-soil range combination. Figure 5 can be used as a separate reference during construction. The RECT"" Compaction Design Reports covering the soil ranges at the site are included in the appendix. 8.3.2 Utility Trench Backfill Utility trench backfill may consist of on-site clay uniformly compacted in 6-inch loose lifts wet of the optimum moisture content to an air content not exceeding 6.8 percent. Optimum moisture during construction is determined from representative standard Proctor curves normalized on the lab line-of-optimums for the soil range used, and corrected according to standard dry unit weight relations. Use hand-operated compaction equipment approved by the Geotechnical Engineer of Record. The family-of-curves and construction acceptance range will be provided by the Geotechnical Engineer of Record. The general performance, range and limits of this construction using an approved compactor are illustrated on the Compaction Performance and Design Chart in Figure 6 and on the Compaction Control Chart in Figure 7. This information should be confirmed prior to construction using additional subsurface information. D � A O_ � O �. A �m W C � v_ Zz G� � D cn z m0 � D � � m o = v � o � � m m �o tn.� � a �mfnC �� � m W � m m � � X �7 X � �% `� QZOO �,�m z n m �O D Z i0 � m � D � N C n � O Z -Do m m � v < < D � � � � z m W W � W � � .. � � _ � � O � � � � � m m m m � � N N O O ; ; � c � m A � � m � � � m z � � N (P Ui O w Dry Density (pcf) / Void Ratio {e) �- � � � � �� � o � � ti r.� �.n ._ _ G tn O v� O v� � I I I I I I I I I I I I I I I I I 0 � � � � � � � � � � � � � � � � � �O �O 00 Co V V 01 O� vi ln �n A A A W W W W �I �-• 01 � 01 ry V t�.� �o O� tv �O Cn �v b V A �+ � C � n � � � w� m �!' D � v H 2 p�q � O � Ol 'a (� � N O � � � O � �� o. � o = 3 � O�i (�p --- A �, O �D 3 O�T V � � a - � .. F. �� C fD 3 � N � �,.. _ �1= 1 �^ � �+O � �-�� � ti,� � I c%� 01 �� Vf N N �• �,-r X 0.. p O ln �i ��c � o�'= o'o' � QI � C A 77 � � � � � S � 3 '�i i S � � � � � fD � �� -= � -- y � tn .. �� � � N N ' � -------- f� � O \ \ T — - ''�i � a � l� t � u+ � ��' � � � � �, r� . �_� � i� i � ru m ♦ �. v � Q � p w CC �� � � � O � O� o i � i �, i a fD ' / �• i ,=« i � i o � � / i � � �.�.} �, � �• N tO . � % Qi� �i� i+ i+ i' rp � O � N N i �n � o O O tJ'I � ao' � '* � o\° o i � �_ � ��,� . Qi� n,ic ,' � �o w�� i � ��� p�� � � ry � � � o � v I _ v I � I � � I I� / I � 1 I� % � � � i i � �� � O• V � / i � N 1 1 � i � � ---� -- I � / � I ' � � A W N f-+ Z O O G o N r� r � 1 V ( � � 3�° Q D G r3o Q r3o a'a i - - - - - - � �� � n ro v o o � .C. w' � �' -o r��u E �•' � A � cn O � O O / n ,-. O Gl � � v � � �^ n � � � � �o o i ° � ° 3 I � : I j rn u'� � \ � \ `^ ro o� v � � o � N � ,.°1�.F �. � n ' _ n � ,.n. .n.. � .�'+ ro � �' � ,_,. o , _� v � � i�' ° r'o � � °: o � � � � � �' � o. � � � `n p�q � Ti i z� � aa o. �� �-o -o � o' v� v� � o (D � � - � I � � V? � N � 7J � O � � �' � � X 3 � rt � � �— � ,; fD �� v o� o o � v � ao � .rt �� � o �� aa v+ � 3� Q� m o� 3 O � � � � a� � m � � � `-^. � � �D vc �„ � _ � � � / in N Uq N A fD N N N �� � p' � .�+ n � � �'rt / T<��� �0 �. a� n n O I ro � ? c o a O- �� � . i � ro -� I-o - 3� ro m ro � d � a,�., � � .` v�, I� i � o. v�� fD aa �� 3`^ o n ro � �, 3 � 3 n -o rt �• d0 I 0 � � � in n� o p v O�, �^ O' � A 3 j n .°�. r' O O � I ,�^y, j � °' O � 'o � m � O n � I x Q < � �- � C � Q�p 3 Q 7' - O S 7 fp o� N -o (D rD C ... � � / O 7 � � Q� �n f�tnD O �p v� W � a �. � n �� � � fD O Q p� p,rt C _ � o\° fD S Q7 n O �� � O 0 � O 7 W O- � f�D � N p�j � � � � I � � � °J � rD Oo a � n� _ ' � (p O J " p�j O � � � � \ G O n � 1 / Q - rt I � ��- s N A" _ v'^ N D °' O 3 1 � � � � � I � � v � v � � � � �' � � 3 S�� �� rD � � O O (�D n � � 7 O V / o �' � o\' "' ��� �- O 7 � � d O � ,�+ _____'/ � o � ro �,-� °' ? c / �� ' O N 0o Q � i Q � � c �' ° ' `fD" o / � o �' � .. � ,...� � r�o °- v � Q / .D rD Q p n � / � — p — c � -o / 6 N � S / "� rp n � / K , / j- :'� w O � � N o �, � � � N,w � v, ^, Z V , � Q W v � 3 = N � � � $ � � O — � � rF � � � � 0 � m S � e'-r 3 I N � 3. Q1 T W O � � rr �v = O Pf \ � v ? � XOl � � S N � � � l0 07 X r O O H (D r r � m rt m T Z � v N Q � � 7 � � � �P v � N �• � v �o � � S D � A O_ � o Z., A �m � c� � O v_ D Z v 0 � n D � � 0 m � Z mG�Dc� � � < O m o x v 3 � o� � m m A � o cn � � � � o�Aa�,�� ��mv'cx� �-��Wnm N � m � � � N p � � D T v m � p � � � m � z m m � � n Z D Z � r" -+ c N C � � Z O z D � � � � � -om m�r� v < < D m � A U� (/� � Z fil O m m z D(� m o o W � � W � � � m z . � O � n � � � _ N Ui (I1 � � O � � � � � � m m m m � � N N 0 0 Dry Density (pcf) / Void Ratio (e) � � � � � � f� o o � � ti r� n - " o v� o v� o v� -� I I I I I I I I I I I I I I I I I � � � � � � � � � � � 0 � � � � � � � � O�i � Ovi ti V w �O al 1�v �D vAi ti �O V A H N I--` Z O N � = (� V: 3�0 � . � r' m -a O Q y � � O � O � � � � � n �- 3 '^ 3 _ 3 d � �' (p O � � z �� � N ' � n, f. n ��'� �� S X � � c 3 � o r�'o D r. - � � � O M i m n O � � � �, ,,,r � m s �, d 7 � � � = OG ,�+ �i ^ 3 a � i �ro d (� Q F+ � � Q � � y� . ,A �� � � O N � � �� � � � � � � \ �� � � � _ � � �,' < - v . o�Q � � � � � � • ' ci � o p i . � �; — m ' � �. � N / ,�. � o � � i � � � � i i 3 � O � // n � 0 00 ' i � O � 0 0 . i n � ? n ' � o : � �. � N. _ ' �i �� v O 6 /� � � o , i � � �� : _�� o � . � i �=� � — 3 � fD / � �. � ' � / � � i ' i i i i / lD 00 V Ol ln A W N F-� O i I � � i i ° o ° s ° s ° v .fDN+ --°o„ `��° ° i � �,� � �o �o � � Q .< . o � . I �� v c v� rso �o v a, � o� � � � � � o �, aq ^+ �' � � � � �; I i �- s °- � * < � `—' '< � � ^ nni / — ai < A � S v � � O �D = - --r�.� j v"i 0�0 N O_ d � � N � 7� N � � � � N N N Q�� fD � C� V� Ii � � m �o s m� � . � .+ v � � `'^ � � � N � o ,� � �.� o� � � Q �o � v�� �o o� � + o � x. c i' a�, < v s v� o o��'�,' � � �� r�o � � .�+ � � � �' v % �. � N � � � o � o o Q � i m Q x. s � a ��- . � fl' `° � � .v�. �' aa, c — •* ° � � � � � a; _ � � � � � i ��� 3 �. �: o N,�. < i ;; °°° � C o'v �� � i �„ io v� ro �< '� �� r+ : o s � a I � I I i °' ° o' 0 3� v �° i I � o � - � �o � m � � � � a, � o� s� o �� �? I � r�'v I � / �' n o ro � � �_ I � � % r. � � � m c � o' � v fD -' � � _ / o � �� ��- ry O (�D o f�p p ' D � � - . � � �. — rp �- Q � �� � Q D G r � Q�_ l 3 O � -O p -• m . � n O N �� O O. � � � p Gl m r'. � / p N v � � v� o� = p� Q I z � 7 � � � ^ p � n N � � � b, . � „ � c o g N a; � � � m � � i t. °' � ro m f° � 0 / �-�' '�r `L ., / � - � 7' fD � 7 / �,� Uq . , � 0 � � N 0 0, � e � N C � � N'I � 0 v �" �, N = rF � � D � � S � � O — i� O. N e�h A � � � O � m s � a� � + � I N � 3. Q1 T �%% � rt � rr �tii � O i� � � v ? � � �+ X � A� OrQ S N (D � � � Orq l0 07 X r O O H y: T C N O � �l � � � � � v (D N d4� � v �o � � S D � A Ox � o Z., A �m _ m � z� _ o � � �o� o � A �N.m m � m x �7 X � N a Z � 0 z C) O 3 � � ci � c� � Z r� �m � � � 0 m � �' � n Z m m °' nz �v r � rm � � Z n _ D � D � � � � � -om m�r� v < < D m � A�n �n�Zm O m m z D(� m o o W � � W � � � m z � O � n � � 1 = N � (I1 � � O � � � � � � m m m m a w N N O O N N Dry Density (pcf) / Void Ratio {e) �- � � �. � f� � o � � ti n - " o cn o v� o � I I I I I I I I I I I I I I I I � 0 � � � � � � � � � 0 � � � � `�° `�° 000, °�° rn nv, °v' w � a�i n�, � v�', r� b � � n 7 � N rt. �,_� n n n cri n o s o �+ v m N A p lC �D — � \ � � � � � r� w v� O I I I � � 0 0 0 � � A � � � N C � � N'I r? O v �"' � _ ' 3 � N �rF D S .•�. 0 � '� �,� Q � ���� � fD �.• ` . � ,.r �`' . ,� p m --� -- 3 � c�i ��c � � � s �i= x : Qi� � � m � i cn c 3 a vo'�r' � " c m Q � � o fU �� � D � i� � �i� C --- -- � v� a � � .. i � i � i� o 7J I �p ` v � i � -- � ---- .'� � � � i �. / i p � � i / �� �i� � i Qi� ; � '�' `-^.i�' � ! i 0U � � I � / � , r�io '� / i ' � ��� N i i ��� Ui 100 '/ � o I � � O I I � � I r�-r � / � N � C / y p1i�o ,� --- � i -� . ,--- � v . � �� . i �� i I � I � I ' � - / W N F-� z � i � . . . 0 � I j rp � � � ' � z 3 N� � n � i T i � � � `-^ n � �� y � ° � ' � n r° �_ � i s 3„ -' � — '_____ . � N O 3 � 2 _ � � � � G' N � p � � ln � . � N � � �p — . i rt � o � �, �� � ��� � i = w' vi � ,. N � � � � � (D � tl0 . �_ ' O 1.' ' d� N A N � � N �D � po � � � h I� o� ��_. ., � � � � � V � � � ��p i o �-o a O � S � � � O"O 3 f�p / (D O. �p 3 � � Q N �- r�i � � 3 N O i � �. 3 N / S p 3 W 1 � � � d � I / 'a ,3., W J V � O N A � _ � � � � _/ � � � r � � N / � i � �; i :� � ` i , / / / � � � �I i � . � 1 � t�' . I i � X � f�D a� � � � � O. v � � T 1D o � � A � O C G � 0 � �, 7 � �x � � � fD � � O O • �, c N N r � r O O G o � C ro m o D �� � � �a —• � � D � � �' � 'o � :� �, v o L� � 3��' N iv 0 0 � A 3 O Q.N -o v� p fl- �Q -O •N' N Q� � "�* � � O (C �, C � W C C �2 ,n* �, � o � � �o rr no = O fD � � X 3 �. � � � � d rD �p tla n � p�p � � � 7 � C 0 p � f�D 7 A C O "6 V1 � � °� o a .�, � � dp. n �? f�D v�i 0 d 3 r � p � � �j � � v`�i m � u� 3 � �' �; � 0 � � �' � m r�o � � Z (D � � � � 9' — a � N � �' � rF �� fD S vq p O � • O O- 3 N o 3 Ol O � " � � � O n � I X pCj — 'Y O N � � O 7 o � O D �' a�o � 7 � O < � 7 O ,.�. Q A .. Q � � � .. W Qq j 0 3 � � � � � S < D � A O � O �. A �m C) � � � a � � O C z �n � �z Z = � � � � r � � g° � m � c o � A f7 ��m =� � m � m A � W � �'vm D� a� n� o � � Z � r � Z N � � C n � O Z D � � � v < < D � � � � z m W W � o � � .. W •• • � 1 = � � O � � � � � m m m m a w N N O O � � ✓, n - � I I I Dry Density (pcf) / Void Ratio (e) � � � � � � G o N � ry r� w _ G �n O v� O v� O � � � � � � � � � � � � � � � 0 � Q �D � O�i � Ovi ti V W �D Oi ti �O vAi ti �D V A i.wa N I--` Z O N N ��o � .� � � � o Q v �, n o � o' � � � O � H 3 � 3 � 3 d � �' (p O � � rt' � rt rn � � m � � � m z O .N_. N Ui (I1 O w n � � = X � �. a c � � O � C N ci O n d �^ � � 3 i s N d � M i °' c ro �0 0 � � � i� � � i � r�o d ry D � �Q rt � � � �' i � ° � 3' < � �� „s° �a o �, ,� � ��� �N- o ,.' � � Q n �. N � � m � � � � c � � � o i� � �. � 3 ` � �<v � � � o �. � o � � � � • �i 3�.� o � �. n � o �D ' � o � � � �� -o o �: ' • n � ? �G � O ��-r �n i � N � � ' �' m o 6 A i� � o O i o � �' � � : � ;° a�o n � n ro . ~' i O _ � ' I � — s i ° �. o � �� — i . i � � i � ' / / � v+ A w N r-� f1 . ' .. / . . . . . � i i � � n � T� O D O ' / O � 3 � � � n ' � Q � � V1 /� � n \ � � � ai ^ � i fD �o v r: ����i n � / 3 Q �.� � � � � • i v < � � o / 7 3 O ry � O I � N / OL1 fD Q � 7 7 / tn � � � Ol � � V' / — � � � � X O ti ry � I / �G p� � N O 7 C � 3NQ����. . .� �_' � . I i �� s Gl �`^. v i� �D v � N � n I' � � X � N. � � � � i O � � .+ c c < i o a�o � o' °�' �~ I � � � � � fl- I � I I � o n o o�. I I p I i I � / d O O� 3 3 � � N I � � ��� 1 / � � — � o v — / 3 v°;, a�a o D o � D - � � � m �* �o � � n D G r _ � Q O. — � � � � N � . / p N' �np � v � p Gl m � � � — o' � o' Q � z i � � 3� m`0 z°N' o � � � �. � � � � i ' Q < `° m � o i / — O � / i � �� � / ) 0 � �. ) rh � � v � 3 N '+ � � � � O Q. A v 0 n s a� e�-r v , � �D � A O � � � � 07 7 Oq fD O T � N O � � 7 d0 (D � � v ro � ara� � v (D � '+ S N I-, N � � � w _ fD � � S N r+ � � fD rF m x � � O� � . T O � r+ O � � � x ���� 8.3.3 General Site Fills for Site Grading and Drainage General fill for grading and drainage may consist of native clay compacted in 12-inch loose lifts using the available earthwork equipment. Use visual controls for wet-of-optimum compaction. Surficial topsoil in landscape areas does not require additional compaction beyond that produced incidentally during spreading and grading. 8.3.4 Compaction Specification Summary The following summary table is provided for quick reference purposes. The table does not fully encompass or replace the compaction specifications provided for each fill in the sections above. Table 5: Compaction Specification Summary Fill Material Compactor Minimum Foot Length (inches) Maximum Lift Thickness (inches) Minimum Number of Passes Maximum Air Voids (%) Minimum Dry Density (pcf) Minimum Moisture Content (%) Min. Compacted Strength (psf) Pavement Subgrade On-Site Clay CAT 563 6 �, 0 .: .; m i 11 Utility Trench Backfill On-Site Clay Hand operated NA 6 NA 6.8 94 15.5 NA General Site Grading On-Site Clay NA NA 12 NA NA NA NA NA 8.4 Quality Control and Field Verification Testing Before fill construction, the property ranges of fill materials should be determined using index property testing. During construction, index properties should be obtained periodically and upon changes in material, color, texture, or excavation procedures. Field compaction curves should be obtained upon unexpected changes in soil properties, compactor, or lift thickness, and at minimum frequencies recommended by Rone based upon the property ranges of each fill material and expected variations. Borrow material sampling during construction should be planned and coordinated to fit the required production rates, and generally at least two days in advance of the compaction of corresponding fill lifts. Rone should monitor compaction and conduct verification testing during all fill construction. Verification testing of compacted lifts should be conducted at appropriate frequencies to ensure that compaction controls are satisfied and design requirements are achieved in construction. The ���� engineer should monitor the number of compactor passes, lift thickness, air content, moisture and density for each fill. During fill construction, relatively undisturbed samples of the compacted fill material should be collected periodically and tested to confirm the desired strength and stability properties for which the specific compaction controls were designed. It is recommended that Rone assist in developing a work plan for effective process controls designed for engineering requirements, the construction plan, production needs, and direct data verification records. Nuclear density gauges are recommended for field testing of compacted lifts. Rone will provide the specific gravity (GS) values required for each fill, based on compactor performance and the soil variation expected during construction. The Geotechnical Engineer must also be able to monitor the specific gravity setting remotely in real-time based on the gauge readings in the field. 8.5 Construction Oversight Design requirements and recommendations presented in this report are based on critical controls during the earthworks and soil construction process. The monitoring required to verify the controls are correctly implemented is essential to proper fill construction. The requirements of this report are based on limited geotechnical, geologic and hydrogeologic information about the subsurface conditions. Subgrade conditions have been interpolated between borings and subsurface testing locations. Anomalies are often encountered during construction. The potential for subsurface variation from the conditions used for design could result in design changes and/or increased geotechnical risk during and/or following construction. We recommend that Rone be retained to provide the controls needed for proper soil construction, monitor earthwork operations, observe pavement construction, evaluate materials, and conduct periodic testing during the soil construction phase of the project. This enables the geotechnical engineer to verify design conditions, manage geotechnical risks, verify compliant construction, adjust design requirements when unanticipated conditions are encountered, assist the builder, and represent owner interests. ���� 9PAVEMENT This report includes recommendations for rigid pavements. Maintenance requirements over the life of the pavement are typically much lower for rigid pavements. Rigid pavements tend to be more durable and require less maintenance after construction, and rehabilitation/reconstruction of the pavement section is not typically considered a part of the pavement life cycle. When designing proposed pavement sections, subgrade conditions must be considered, along with expected traffic use/frequency, pavement type and intended design life. For this project, applicable traffic loading conditions and pavement design parameters were based on the City of Fort Worth Pavement Design Manual for an Industrial roadway classifications. A more precise design can be made if specific traffic loading information is provided. The following information was used in our analysis: Table 6: Pavement Design Input Parameters Item I Value Roadway Designation I Industrial Annual Equivalent Single Axle Loads (ESALs) I 200,000 Annual traffic growth (%) I 2.0 Reliability, R (%) Initial serviceability, po 4.5 Terminal serviceability, pt I 2.25 Design life (years) I 30 Concrete modulus of rupture, S'� (psi) I 620 Concrete modulus of elasticity, E� (psi Standard deviation, So � ��� ��� 0.39 Load transfer coefficient, J I 3.0 Drainage coefficient, Ca I 1.0 Treated modulus of subgrade reaction, k(pci) I 220 The pavement thickness determinations were performed in general accordance with the "AASHTO Guide for the Design of Pavement Structures 1993 edition" using the WinPAS 12 software from the American Concrete Pavement Association (ACPA). The minimum pavement sections are presented in the table below. .� ���� Table 7: Rigid Pavement Sections Material Thickness (inches) Hemphill Street I Southwest Drive (Industrial) Jointed Reinforced Concrete � 9 Lime Treated Subgrade I 8 The concrete pavement should have between 4 and 6 percent entrained air. We recommend a minimum concrete compressive strength of 4,000 psi. Hand-placed concrete should have a maximum slump of 6 inches. A sand leveling course should not be permitted beneath pavements. All steel reinforcement, dowel spacing/diameter, and pavement joints should conform to City of Fort Worth standards. 9.1 Pavement Subgrade Preparation All topsoil, vegetation, and any unsuitable materials should be removed. The pavement subgrade should be proofrolled with a fully loaded tandem-axle dump truck or similar pneumatic-tire equipment to locate areas of loose subgrade. In areas to be cut, the proofroll should be performed after the final grade is established. In areas to be filled, the proofroll should be performed after subgrade construction is complete and prior to placement of fill. Areas of loose or soft subgrade encountered in the proofroll should be removed and replaced with controlled fill, or moisture conditioned (dried or wetted, as needed) and compacted in place. Grading and compaction of pavement subgrade should follow the recommendations in the "Site Preparation and Fill Placement" section. Final grades should be such that drainage is facilitated, and access of surface water to the subgrade materials is limited. If the moisture content of the pavement subgrade increases, it could swell and lose strength. Shrinkage, swelling, or strength loss could be detrimental to proper performance of the pavement. We recommend that the upper 8 inches of pavement subgrade be treated with a minimum of 7 percent lime (by dry soil weight). Lime treatment will provide more uniform subgrade support and improve the soil's strength characteristics. Lime treatment should be performed in accordance with Rone specification 400 included in Appendix B of this report. Lime treating the upper 8 inches of the subgrade soils will improve subgrade support, but will not reduce the normal seasonal shrinking and swelling of the subgrade. Some differential vertical movements of the pavements should be expected. The amount and type of subgrade treatment should be determined when ���� the site is graded and the pavement subgrade is exposed. This can be done using standard lime series tests. Water can be introduced beneath the pavement through granular materials used for aggregate bases and utility line embedment, and can cause differential movement of the pavement. Care should be exercised in detailing and constructing any pavement sections to limit the opportunities for water intrusion into the pavement section, and all utilities should have clay plugs substituted for granular embedment material at the edges of the pavement to reduce the risk of moisture access and possible swelling. 9.2 Surface Drainage Proper drainage is critical to the performance and condition of the pavement. Positive surface drainage must be provided that directs surface water away from the pavement. If water collects near or below the pavement, vertical soil movements could exceed estimates presented in this report. Final surface/pavement grades should slope away from the pavement at a minimum slope of 2 percent, and should be maintained to prevent water ponding adjacent to all site improvements. Open cracks that develop in the flatwork should also be sealed. Joints and cracks should be inspected periodically, and resealed in a timely manner. 10 SITE COMPLETION AND MAINTENANCE 10.1 Site Grading and Drainage The geotechnical design for this project includes a limited assessment of hydrogeologic conditions and intends to provide for efforts to maintain stable, moist subgrade conditions after construction. Site grading and drainage should support this intention where possible. Drainage should be efficient in paved areas and less efficient in lawn and landscape areas. 10.2 Landscaping and Irrigation Subgrade moisture levels should be maintained beneath the pavement before and during construction. Irrigated areas will serve as supplemental moisture sources surrounding the pavement areas. Accordingly, regular and uniform irrigation will be required in these areas, particularly during dry and hot weather periods. Above-grade planters may also be considered with regular irrigation to maintain light perimeter infiltration along pavement joints. ���� Trees and large vegetation should not be placed near movement-sensitive flatwork. The root systems of these plants can remove relatively large quantities of moisture from the subgrade soils, causing localized soil settlement. The desiccation zone varies by tree size and species, but trees should generally be set back at least 1'/2 times the mature tree height, and in no cases should the drip-line of the mature tree extend over or within 15 feet of curbs. 11 STUDY CLOSURE The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of the field exploration and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site with little variance beyond that found by the borings. If different subsurface conditions from those encountered in our borings are observed or appear to be present in excavations, Rone must be advised promptly so that these conditions can be evaluated and our recommendations can be reassessed as may be necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, Rone should be promptly informed and retained if necessary if the changed conditions warrant review and reassessment. It is important that Rone be retained to assist in design reviews or review those portions of the plans and specifications that pertain to earthwork and pavement systems for this particular project to ensure the plans and specifications are consistent with the controls and recommendations provided in this report. It is also advised that Rone provide oversight and monitoring services during construction to ensure that the controls required for design requirements during earthworks construction are provided correctly and implemented effectively. This report has been prepared for the exclusive use of the client and their designated agents for specific application to design and construction of this project. We have exercised a degree of care and skill exceeding that ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. The engineering services and solutions provided herein are considered advanced, and while design and construction controls are improved, no warranty, expressed or implied, can be made or intended. ���� 12 COPYRIGHT 2021 RONE ENGINEERING SERVICES, LTD. This report provides advanced engineering services, and is in its entirety the sole property of the client, Rone Engineering Services, Ltd., and its affiliates. Use of this report is subject to all applicable copyrights. This report may be used in practice or referenced by any project party as necessary, solely for the party's role on the project for which this report is prepared. Beyond that use, no part of this report may be copied, downloaded, transmitted, or otherwise reproduced or stored, in any form or means, except as permitted in writing by Rone Engineering Services, Ltd. Each reproduction of any part of this report must include all copyright notices, registered trademark (0) designations, and non-registered trademark (TM) designations. APPENDIX A `D � t Drive v I I @ - i � �� � ��� � �' � �, — -- - -- -- 5_ camore School Road _Sycamore.School_Road �; � � / Sycamore School_Road — -- y —_____� � � /� ��\� �i Clarendon Street J . J �. I . .�� � � � m � '�I�� / r ro �31 Sunny Glen StrePt �':� I� I� �—" 0 � oa ,v � S � NTS I � �� � �e o a te2C' ,yt�l'�t iC c � � LV 42 I o SanRafae\`'` ���o'�e c�e �a Q' � � S ra� �ha s m o I I �� a�e� c0aks Traii h�a• rt � p. er way r �� � \o�J .�.P r\� � CrPekwo ° I � ai �\ \� F �Q � . ��� A/len �a�dhe � v s: F o �p Y= � . Q w��d�ri✓e Li O. sEF,GP .y�Gi,_ E ,' � @lair�,00aDr/Ve o �I Berrybrook Drive �d� � �- � A J U Dakora Rld �� m a Q ' I ' �ta�� �� RosedaleSpringsLane Faw�H ge�r��e - a, Spicewood �� i/lpr� � . � IC` ta�� Kings Cany°� Wild Willo�� CameronNi� � - - T a`l Everman Parkway I 35W --- o t�� � a,�' Qa i \�g Green Drive i ^ ar I c � �J �a� 3 o W 25t �veC �I �I I ovC�� °1 5 I� I ot � V� I Dorches a°z� �`9 a I m rP V Q I I � r 3� s� < L a, P N lL a� Sttee� � � I � Lincolnsh'ire� ��,��e` �,as�'•i\e� ��ee�" I.� - =,IL I v��i Yorks��te ccas�\es I Pale i .Z° � � Woodhall Way �, '� I - — I 42 I SITE Southview Drive I v I >_ I� � ? ' � I 1 i� v o ; a � I � �'c � � :a o c� I �6 0 3 3 � � I �. m N � V O O > � � T LL - n � Y T a `0 a li v � Ruthdale Drivea - v v � = LL v m o �L LL, 3 v � it: o� o �- O Jo � � N 7, S .< l/j � � O � C �,10 0 < v L� m a West Risinger Road r _ West Risinger Road I I 35W East Risi v � v T O N O �I Vl - 3 OI L � T C.� I a � E o � � T = 3 v �o David L `D /' Walker Q o ..�'c ' Intermediate <. � r., � School o �' � ,1 7 Lary Crest Drive �� Rustic Vicw Road � � ��'��, io "> 0 41 '�, RONE E N G I N E E R I N G 1 PLATE A.1 VICINITY MAP HEMPHILL STREET EXTENSION NORTH OF RISINGER ROAD FORT WORTH, TEXAS �� Hidden Dale Drive o � � � � I'' _ -� OI Noble Grove Lane v � I� C N O T PROJECT NO: 21-25503 FILE NAME 2125503.DWG DRAWN BY: CM DATE: 8-23-2021 REVISED BY: DATE: REVISED BY: DATE: APPROVED BY: CT DATE: 8-23-2021 Log Project No. P-1 21-25503 Hemphill Street Extension soring �ocation North of Risinger Road RO N E Hemphill Sta.136+50 Fol't Wol'th, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 32.62357° N While Drilling Not Observed 7-17-21 Longitude At Boring Completion Not Observed w 97.33688° W End of Day Not Measured � Q- y o c ' Q O Dl w L wi N i N y N C � C �. T „ y� a "�' y p �!= C �N 'O C � L ~ O d" V E Y Z ..d. � V � C N w � � Stratum Description � ; � o � � J °' � �= � Q Q•� � �� �e a 3 0 � � � y � � > y y O y'6 •y ; y � � p Q' � � W 16 � a v ai6i �.d �0 3 � c o Approximate Surface Elevation = 727.0 feet � O v� a� a v� LL-PL-PI � v� � � t� LEAN CLAY WITH SAND (CL) - dark brown and tan, very hard 725.0 WEATHERED LIMESTONE - tan and light gray to gray, hard 50/3" 8 38-17-21 5 i 50���2� 50/'/2' 5 721.0 � LIMESTONE - gray, hard 50/1" 50/'%' i 50���2� 50/'/4' 10 r Q a� � U .� U N 0 m � 50/1" L 50/1" � 15 0 a� -� � E � r E 0 v � � m � i 50���2 � � 707.0 50/'/4" � 20 Boring Terminated at Approximately 20 Feet > Proposed Elevation = 727.0 Feet a Approximate Grading = 0.0 Feet Fill a� � � U � O C V � L N AI O 01 C "p Material boundaries are a roximate; in sitq transitions ma be radual. N Driller: CC - Mike F Drilling Method: Continuous Flight Augers Plate A.4 Log Project No. P-2 21-25503 Hemphill Street Extension soring �ocation North of Risinger Road RO N E Hemphill Sta.131+00 Fol't Worth, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 32.62222° N While Drilling � 11.5 7-17-21 Longitude At Boring Completion Not Observed w 97.33653° W End of Day Not Measured � Q- y o c ' Q O Dl w L wi N i N y N C � C �. T „ y� a "�' y p �!= C �N 'O C � L ~ O d" V E Y Z ..d. � V � C N w � � Stratum Description � ; � o � � J °' � �= � Q Q•� � �� �e a 3 0 � � � y � � > y y O y'6 •y ; y � � p Q' � � W 16 � a v ai6i �.d �0 3 � c o Approximate Surface Elevation = 735.0 feet � O v� a a a v� LL-PL-PI � v� � � t� FAT CLAY WITH SAND (CH) - dark brown and tan to tan, very hard 4.50 23 733.0 CLAYEY SAND (SC) - tan, medium dense 3.00 29 44-18-26 11 731.0 LEAN CLAY (CL) - light brown, stiff 5 3.50 15 19-13-6 13 N=19 727.5 WEATHERED LIMESTONE - tan and light gray to gray, hard 726.0 � LIMESTONE - gray, hard 50/1" 50/1" 10 � r Q a� � U .� U N 0 m i 50���4� L 50/'/2' � 15 0 a� -� � E � r E 0 v � � m � i 50���2 � � 715.0 50/'/2' � 20 Boring Terminated at Approximately 20 Feet > Proposed Elevation = 736.0 Feet a Approximate Grading = 1.0 Foot Fill a� � � U � O C V � L N AI O 01 C "p Material boundaries are a roximate; in sitq transitions ma be radual. N Driller: CC - Mike F Drilling Method: Continuous Flight Augers Plate A.rJ Log Project No. P-3 21-25503 Hemphill Street Extension soring �ocation North of Risinger Road RO N E Hemphill Sta. 125+50 FOI'� WOI'th, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 32.62087° N While Drilling Not Observed 7-15-21 Longitude At Boring Completion Not Observed w 0 0 � 97.33641 W End of Day Not Measured Q- y o c ' Q O Dl w L wi N i N y N C � C �. T „ y� a "�' y p �!= C �N 'O C � L ~ O d" V E Y Z ..d. � V � C N w � � Stratum Description � ; � o � � J °' � �= � Q Q•� � �� �e a 3 0 � � � y � � > y y O y'6 •y ; y � � p Q' � � W 16 � a v ai6i �.d �0 3 � c o Approximate Surface Elevation = 740.0 feet � O v� a a a v� LL-PL-PI � v� � � t� FAT CLAY WITH SAND (CH) - dark brown and tan to tan, hard 3.75 79 69-24-45 29 3.00 30 736.0 LEAN CLAY (CL) - tan, very hard 37-7-9 17 5 N=16 4.5+ 13 4.5+ 15 10 r Q a� � U .� U p 726.0 II, � LIMESTONE - gray, hard 50/0" L 50/0" 9 � 15 0 a� -� � E � r E 0 v � � m � �50/1" 14 720.0 50/1" � 20 Boring Terminated at Approximately 20 Feet > Proposed Elevation = 741.0 Feet a Approximate Grading = 1.0 Foot Fill a� � � U � O C V � L N AI O 01 C "p Material boundaries are a roximate; in sitq transitions ma be radual. N Driller: CC - Mike C F Drilling Method: Continuous Flight Augers Plate A.V Log Project No. P-4 21-25503 Hemphill Street Extension soring �ocation North of Risinger Road RO N E Hemphill Sta.120+50 Fol't Worth, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 32.61950° N While Drilling Not Observed 7-17-21 Longitude At Boring Completion Not Observed w 0 0 � 97.33642 W End of Day Not Measured Q- y o c ' Q O Dl w L wi N i N y N C � C �. T „ y� a "�' y p �!= C �N 'O C � L ~ O d" V E Y Z ..d. � V � C N w � � Stratum Description � ; � o � � J °' � �= � Q Q•� � �� �e a 3 0 � � � y � � > y y O y'6 •y ; y � � p Q' � � W 16 � a v ai6i �.d �0 3 � c o Approximate Surface Elevation = 749.0 feet � O v� a a a v� LL-PL-PI � v� � � t� FAT CLAY WITH SAND (CH) - dark brown and tan to tan, very hard 4.00 28 747.0 LEAN CLAY WITH SAND (CL) - tan, hard to very hard 3.50 19 5 3.50 76 37-16-21 14 4.50 16 4.5+ 14 10 r Q a� � U .� U N 0 rn � 734.0 o � 5 WEATHERED LIMESTONE - tan and light gray to � gray, hard 50/5" � � E � r E 0 v � 730.0 � � LIMESTONE - gray, hard 50/2" � 729.0 50/'/4" � 20 Boring Terminated at Approximately 20 Feet > Proposed Elevation = 745.0 Feet a Approximate Grading = 4.0 Feet Cut a� � � U � O C V � L N AI O 01 C "p Material boundaries are a roximate; in sitq transitions ma be radual. N Driller: CC - Mike F Drilling Method: Continuous Flight Augers Plate A.7 Log Project No. P-5 21-25503 Hemphill Street Extension soring �ocation North of Risinger Road RO N E Hemphill Sta.114+50 Fol't Worth, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 32.61812° N While Drilling Not Observed 7-17-21 Longitude At Boring Completion Not Observed w 97.33659° W End of Day Not Measured � Q- y o c ' Q O Dl w L wi N i N y N C � C �. T „ y� a "�' y p �!= C �N 'O C � L ~ O d" V E Y Z ..d. � V � C N w � � Stratum Description � ; � o � � J °' � �= � Q Q•� � �� �e a 3 0 � � � y � � > y y O y'6 •y ; y � � p Q' � � W 16 � a v ai6i �.d �0 3 � c o Approximate Surface Elevation = 752.0 feet � O v� a� a v� LL-PL-PI � v� � � t� LEAN CLAY WITH SAND (CL) - dark brown and tan to tan, hard to very hard 4.50 18 2.75 75 31-17-14 15 5 4.50 18 4.00 15 4.00 16 10 r Q a� � U .� U N 0 rn � 737.0 o � 5 WEATHERED LIMESTONE - tan and light gray to � gray, hard 50/1" � � E � r E 0 v � 733.0 � � LIMESTONE - gray, hard 50/5" � 732.0 50/1'/z" � 20 Boring Terminated at Approximately 20 Feet > Proposed Elevation = 752.0 Feet a Approximate Grading = 0.0 Feet Fill a� � � U � O C V � L N AI O 01 C "p Material boundaries are a roximate; in sitq transitions ma be radual. N Driller: CC - Mike F Drilling Method: Continuous Flight Augers Plate A.� Log Project No. P-6 21-25503 Hemphill Street Extension soring �ocation North of Risinger Road RO N E Hemphill Sta.110+50 Fol't Worth, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 32.61678° N While Drilling Not Observed 7-16-21 Longitude At Boring Completion Not Observed w 97.33690° W End of Day Not Measured � Q- y o c ' Q O Dl w L wi N i N y N C � C �. T „ y� a "�' y p �!= C �N 'O C � L ~ O d" V E Y Z ..d. � V � C N w � � Stratum Description � ; � o � � J °' � �= � Q Q•� � �� �e a 3 0 � � � y � � > y y O y'6 •y ; y � � p Q' � � W 16 � a v ai6i �.d o 3 � c o Approximate Surface Elevation = 759.0 feet � O v� a� a v� LL-PL-PI � v� � � t� CLAYEY SAND (SC) - dark brown and tan to tan, dense 4.5+ 35 56-22-34 16 757.0 LEAN CLAY (CL) - tan, very hard 4.5+ 20 5 3.50 17 4.5+ 16 4.5+ 12 10 r Q a� � U r 745.5 � WEATHERED LIMESTONE - tan and light gray, hard o, 50/53/a" 10 L � 15 0 a� -� � E �' 742.0 � LIMESTONE - gray, hard E 0 v � � m � 50/1'/z" 11 " � 739.0 50/'/4' � 20 Boring Terminated at Approximately 20 Feet > Proposed Elevation = 759.5 Feet a Approximate Grading = 0.5 Feet Fill a� � � U � O C V � L N AI O 01 C "p Material boundaries are a roximate; in sitq transitions ma be radual. N Driller: CC - Mike F Drilling Method: Continuous Flight Augers Plate A.9 Log Project No. P-7 21-25503 Hemphill Street Extension soring �ocation North of Risinger Road RO N E Hemphill Sta.106+50 Fol't Wol'th, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 32.61543° N While Drilling Not Observed 7-16-21 Longitude At Boring Completion Not Observed w 97.33688° W End of Day Not Measured � Q- y o c ' Q O Dl w L wi N i N y N C � C �. T „ y� a "�' y p �!= C �N 'O C � L ~ O d" V E Y Z ..d. � V � C N w � � Stratum Description � ; � o � � J °' � �= � Q Q•� � �� �e a 3 0 � � � y � � > y y O y'6 •y ; y � � p Q' � � W 16 � a v ai6i �.d �0 3 � c o Approximate Surface Elevation = 765.0 feet � O v� a a a v� LL-PL-PI � v� � � t� FAT CLAY WITH SAND (CH) - dark brown and tan to tan, hard to very hard 4.5+ 14 3.50 20 5 2.75 73 54-18-36 22 104 5,160 759.0 LEAN CLAY (CL) - tan, very hard 4.00 16 4.5+ 15 10 r Q a� � U .� U N N $-� Z-22 � N=34 � $ � 15 0 a� -� � E � r E 0 -a 746.5 � WEATHERED LIMESTONE - tan and light gray, hard `� 21-46-50/5" 15 � � 20 745.0 Boring Terminated at Approximately 20 Feet > Proposed Elevation = 765.0 Feet a Approximate Grading = 0.0 Feet Fill a� � � U � O C V � L N AI O 01 C "p Material boundaries are a roximate; in sitq transitions ma be radual. N Driller: CC - Mike F Drilling Method: Continuous Flight Augers Plate A.� 0 Log Project No. P-$ 21-25503 Hemphill Street Extension soring �ocation North of Risinger Road RO N E Hemphill Sta.102+00 Fol't Worth, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 32.61430° N While Drilling Not Observed 7-16-21 Longitude At Boring Completion Not Observed w 97.33689° W End of Day Not Measured � Q- y o c ' Q O Dl w L wi N i N y N C � C �. T „ y� a "�' y p �!= C �N 'O C � L ~ O d" V E Y Z ..d. � V � C N w � � Stratum Description � ; � o � � J °' � �= � Q Q•� � �� �e a 3 0 � � � y � � > y y O y'6 •y ; y � � p Q' � N W 16 � a v ai6i �.d �0 3 � c o Approximate Surface Elevation = 767.0 feet � O v� a� a v� LL-PL-PI � v� � � t� SANDY FAT CLAY (CH) - dark brown and tan to tan, very hard 4.50 70 62-22-40 17 4.5+ 19 5 4.5+ 18 4.5+ 14 759.0 LEAN CLAY (CL) - tan, very hard 4.5+ 12 10 r Q a� � U .� U N u°, � 50/5" � 50/9" 21 � 15 0 a� -� � E � r E 0 -a 748.5 � WEATHERED LIMESTONE - tan and light gray, hard � 50/19" 14 � � 50/42" � 20 747.0 Boring Terminated at Approximately 20 Feet > Proposed Elevation = 766.0 Feet a Approximate Grading = 1.0 Foot Cut a� � � U � O C V � L N AI O 01 C "p Material boundaries are a roximate; in sitq transitions ma be radual. N Driller: CC - Mike F Drilling Method: Continuous Flight Augers Plate A.� � Log Project No. P-9 21-25503 Hemphill Street Extension soring �ocation North of Risinger Road RO N E Southwest Drive Sta. 3+00 Fol't Wol'th, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 32.61903° N While Drilling Not Observed 7-17-21 Longitude At Boring Completion Not Observed w 97.33590° W End of Day Not Measured � Q- y o c ' Q O Dl w L wi N i N y N C � C �. T „ y� a "�' y p �!= C �N 'O C � L ~ O d" V E Y Z ..d. � V � C N w � � Stratum Description � ; � o � � J °' � �= � Q Q•� � �� �e a 3 0 � � � y � � > y y O y'6 •y ; y � � p Q' � � W 16 � a v ai6i �.d o 3 � c o Approximate Surface Elevation = 756.0 feet � O v� a a a v� LL-PL-PI � v� � � t) LEAN CLAY (CL) - dark brown and tan to tan, very hard 4.50 17 4.50 94 41-15-26 14 5 4.50 14 4.50 17 4.50 15 10 746.0 Boring Terminated at Approximately 10 Feet Proposed Elevation = 751.0 Feet Approximate Grading = 5.0 Feet Cut r Q a� m U .� U N 0 rn L O N � � � � L � O V N R @ N N � � � N N � C U � O C V � L N AI O 01 C "p Material boundaries are a roximate; in sitq transitions ma be radual. N Driller: CC - Mike F Drilling Method: Continuous Flight Augers Plate A.� 2 Log Project No. P-10 21-25503 Hemphill Street Extension soring �ocation North of Risinger Road RO N E Southwest Drive Sta. 7+50 Fol't Worth, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 32.61878° N While Drilling Not Observed 7-15-21 Longitude At Boring Completion Not Observed w 97.33398° W End of Day Not Measured � Q- y o c ' Q O Dl w L wi N i N y N C � C �. T „ y� a "�' y p �!= C �N 'O C � L ~ O d" V E Y Z ..d. � V � C N w � � Stratum Description � ; � o � � J °' � �= � Q Q•� � �� �e a 3 0 � � � y � � > y y O y'6 •y ; y � � p Q' � � W 16 � a v ai6i �.d �0 3 � c o Approximate Surface Elevation = 762.0 feet � O v� a a a v� LL-PL-PI � v� � � t� FAT CLAY WITH SAND (CH) - dark brown and tan to tan, hard to very hard 2.00 80 57-21-36 20 2.00 23 5 2.50 22 3.00 21 4.00 22 10 752.0 Boring Terminated at Approximately 10 Feet Proposed Elevation = 757.0 Feet Approximate Grading = 5.0 Feet Cut r Q a� m U .� U N 0 rn L O N � � � � L � O V N R @ N N � � � N N � C U � O C V � L N AI O 01 C "p Material boundaries are a roximate; in sitq transitions ma be radual. N Driller: CC - Mike F Drilling Method: Continuous Flight Augers Plate A.� 3 SOIL OR ROCK TYPES ����''� Undocumented Fill � Well-Graded Sand (SW) RD N E .� 0 ���,,,.��� ENGINEERING � Lean Clay (CL) �,f/ Clayey Sand (SC) DRILLING AND SAMPLING METHODS Gravelly Lean Clay (CL) ° �� ° Well-Graded Gravel (GW) 0 00o i � Fat Clay (CH) �Marl Shelby Split Texas Tube Spoon Cone °°° Gravelly Fat Clay (CH) ----- Weathered Shale Pen Clayey Gravel (GC) �Shale � Silt (ML) � Weathered Limestone � Poorly-Graded Sand (SP) �Limestone cFa HSA Rock core TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Flll@ Gf211lBd SOI�S (More than 50% Passing No. 200 Sieve) Consistency Penetrometer Reading, (ts� Unconfined Compression, (psfl Very Soft < 0.5 < 1000 Soft 0.5 to 1.0 1000 to 2000 Firm 1.0 to 2.0 2000 to 4000 Hard 2.0 to 4.0 4000 to 8000 Very Hard > 4.0 > 8000 C08fSe GCallled SOI�S (More than 50% Retained on No. 200 Sieve) Penetration Resistance Descriptive Item Relative Density (Blows / Foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that ate slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks, sometimes filled with fine sand or silt Interbedded Composed of alternated layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to hard in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.14 Major Divisions Grp� Typical Names Laboratory Classification Sym. Criteria pO� C i IZ G 1 � ��, Well graded gravels, � E N � � N E E R � N � �, � �, � GW gravel-sand mixtures, �o � ���—, u, c'�� o little or no fines � pso (p30>Z � c � L � C� ---- greater than 4: C� ------ between 1 and 3 > O� � p �� �o D x Dso � � .� � �, Poorly graded gravels, � o � �, U� GP gravel-sand mixtures, � o �, �> � o Not meeting all gradation requirements c� �, � little or no fines o � �� �;" o forGW Z fL0 O� � N � �, � C7 � o ��� � v�, Liquid and plastic c� o Z �, Silty gravels, gravel -�� cn cn � Liquid and Plastic limits �o � ,� � � � � GM sand - silt mixtures -N �°' � � � below "A" line or P.I. limits plotting in L � m ��_� N� cn �? � hatched zone � a� � � � ,� � o -a greater than 4 a� rn �}. �, ._ ,� . o � U between 4 and 7 -� cc � -3 � o � N (� C7 �' `L° �n � �n Q� �' z ��:L Liquid and Plastic limits are borderline �� o > Q o GC Clayey gravels, gravel �� � C7 � above "A" line with P.I. cases requiring use � �� � � ,.., � - sand - clay mixtures o � : � of dual s mbols L a> � � � �� :� greater than 7 Y c� o � � � : � v� � N� SW Well raded sands, �� : � so Z 9 0 �o,�> ''' o� �;� gravelly sands, Ilttle Or �.o �� C� p- greater than 6: C� ------ between 1 and 3 � � DxD ° � -��—, � o no fines � � : �, " ,° 60 � � � � L � `J � -a � �, � � ° Poorly graded sands, � � : � � � �, -- a? o� ��, m Not meeting all gradation requirements � �� U:., SP gravelly sands, little or � o °; L� for SW L � � � ° � � no fines � � � Q � ° � oz :g;a 3 Q-c� a� � ��� � �, Silty sands, sand silt ���`f' � L Liquid and Plastic limits Liquid and plastic � � � �, � SM mixtures � � ° � � � below "A" line or P.I. limits plotting � � � � `~ °' � � Y " `V less than 4 between 4 and 7 � �.�� Q� � Y � 3 � ° � �, ° � o ° are borderline o� � Q o Clayey sands, sand ��� J�"' Liquid and Plastic limits cases requiring use � � Q� SC clay mixtures :' Q� above "A" line with P.I. of dual symbols `� � � p o� greater than 7 Inorganic silts and very fine sands, rock flour, silt or � �� ML clayey fine sands, or c ayey 60 � � — silts with slight plasticity —� o o U�� � Inorganic clays of low to N ��� C� medium plasticity, gravelly Z �•� � clays, sandy clays, silty 50 clays, and lean cla s CH � (n J � `� Organic silts and organic �� OL silty clays of low plasticity w 40 — o -o � Z � -a � Inorganic silts, micaceous � � N � MH or diatomaceous fine sandy � 30 �cLa �� �n � or silty soils, elastic silts Q � � -� � �, ^ a OH and MH °� U �� -� �� Inorganic clays of high 20 � � � � CH plasticity, fat clays � cv=� y �, -� }, CL � = �5 0 � �� Organic clays of inedium to 10 � " OH high plasticity, organic silts CL-ML � M and OL c� � o � >,.� � 0 10 20 30 40 50 60 70 80 90 100 o ��— Peat and other highly � a� p� �o Pt organic soils LIQUID LIMIT u> `-' = O PLASTICITY CHART UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.15 SOLUBLE SULFATE TEST RESULTS Hemphill Street Extension North of Risinger Road Fort Worth, Texas Rone Project Number: 21-25503 Boring Depth (feet) � Sulfates (ppm) P-3 0-2 <100 P-6 2-4 <100 P-8 0-2 <100 P-10 0-2 807 PLATE A.16 I�� hl E E.� RTH v.'0 R �5 Project Number: 21-25503 Project Name: Hemphill Street Extension Project Owner: Commerce Construction Co., LP Control Specifications and References Min % of Max Dry Density 96% Resilient Modulus Method AASHTO Compacted Fill Property Requirements Air Voids Percentage 6.8% Factor of Safety 1.7 Design Compaction Conditions Loose Lift Thickness (in) 9 Compactor CAT 563 Dynamic High USCS Classification SC Ranges Specific Gravity 2.66 2.66 - 2.70 Liquid Limit (%) 31 29 - 32 Plasticity Index (%) 15 14 - 17 Plastic Limit (%) 16 % Fines (Passing #200) 29 27- 31 % Gravel (Retained #4) 3 2 - 12 % Sand (Passing #4) 68 57 - 71 8908 Ambassador Row, Dallas, Tx 75247 Texas Engineering Firm Registration, No. F-1572 Corporate Phone: (Z14) 630-9745 RECTM Compaction Design Report Fill: Foundation Report Number: 25353-01 Remarks: Subgrade ReconstructionReport Date: 8/12/2021 Produced By: Gary Hougardy Lift Properties at 96% Compaction on Construction Curve t w (%) Y (Ibs/ft3) S (%) e Na (%) w Potential (%) UCS (Ibs/ftz) c (Ibs/ft2) � (°) Free Swell (%) CBR* (%) CBR* (%) Res Mod (Ibs/inz) Res Mod (Ibs/inz) ASTM D 2166 ASTM D 2850 ASTM D Z850 ASTM D 4546 Soaked Unsoaked Soaked Unsoaked Dry Sidel 10.2 116.0 63.3 0.43 11.1 +6.0 4,492 1,320 29 2.1 1.0 44.5 1, 513 28,986 Wet Sidel 14.0 116.0 86.6 0.43 4.0 +2.2 3,691 1,170 25 1.0 4.6 7.9 6,760 9, 559 Tolerance t1% MC t2% t3% t3% t3% f3% t20% f 10% f 10% t25% t10% t10% t10% f 10% ��a 'iF Y � = � _f 3 r* � � '.�� 96�t com�actian_ __ ,i_ 11ia.-1�}_.f�' _-_ 11� 9flE `5; 4 —' �Al.c[. C�;T43 �` ------- 4�4- .� . . .� . i Lift C:onstructian Curti-e 4 t� : 11_7�t v : 120.816=,`ft' � + � , I 4 � �{ � . . � � _ _ _ __ _ _f . +k � --------� , . � * � 4 4 . . , i i i i �� i i �• � � , � � `. i � i � � �� i i ' i i •� `• i i ' ; �a i i *. � i i i i � Construction Control Specifications Minimum % of Maximum Dry Densitv Construction Curve 96% Wet-of-Optimum Moisture Ranqe for 96% 11.7% - 14.0% (t1% MC) Minimum # of Roller Passes 7 (Equiv. 4 roundtrip passes, full liR coverage required) Compaction curves should be obtained regularly with changes in material index properties and upon change in color or texture for effective construction control. M-D probe depths should be centered on the center of the compacted lift. t c and m- Unsafurated triaxial test, total stress soil parameter. UCS - Unconfined Compressive Strength. Measured ualues indude a, y, UCS, c, m Free Swel% and CBR (soaked and unsoaked), Ca/culafed va/ues indude 5, e, Na, a Potential, and Resilient Modulus (soaked and unsoaked). Wet side permeability in fie/d not factored in Free Swell test condition. * CBR based on fie/d compacted state. 1 Properties represenf average values. � � Soil Sample Date: 7/15/2021 ; � Loc: On-Site 1°� ; � Desc: Upper-bound, full soil range � � '11.��L 'LY. „ 1? llui=ru-} Catit�trt_ c� �."� i bB9 Graphics powered by Mathematica Authorization By: Print Name: Date: Firm Reg.#: Use of this Compaction Design Report ("CDR") is subjed to all wpyrights and shall comply with the terms and condidons of all software licenses applicable to the generadon of this report. This CDR may be used in pradice solely for design analysis purposes for the above fill liR ("Fill") and Projed, and the use of this CDR for any other use or fill lift other than that Fill or for any purpose is not permitted. This report applies only to lifts compacted over stiff and well-compaded lifts and subgrades. No part of this CDR may be copied, downloaded, stored in a retrieval system, further transmitted, or otherwise reproduced, stored, disseminated, transferred, or used, in any form or by any means, except as permitted in wridng by Rone Engineering Services, Ltd. Each reproduction of any part of this CDR must contain all copyright nodces and registered trademark designations (OO ) and non-registered trademark designations (""). Version: 231.1 - 7.2 PLATE A.17a I�� hl E E.� RTH v.'0 R �5 Project Number: 21-25503 Project Name: Hemphill Street Extension Project Owner: Commerce Construction Co., LP Control Specifications and References Min % of Max Dry Density 95% Resilient Modulus Method AASHTO Compacted Fill Property Requirements Air Voids Percentage 6.8% Factor of Safety 1.3 Design Compaction Conditions Loose Lift Thickness (in) 9 Compactor CAT 563 Dynamic High USCS Classification CL Ranges Specific Gravity 2.67 2.66 - 2.70 Liquid Limit (%) 41 39 - 43 Plasticity Index (%) 23 21 - Z5 Plastic Limit (%) 18 % Fines (Passing #200) 54 52- 56 % Gravel (Retained #4) 2 1 - 5 % Sand (Passing #4) 44 39 - 47 8908 Ambassador Row, Dallas, Tx 75247 Texas Engineering Firm Registration, No. F-1572 Corporate Phone: (Z14) 630-9745 RECTM Compaction Design Report Fill: Foundation Report Number: 25353-02 Remarks: Subgrade ReconstructionReport Date: 8/12/2021 Produced By: Gary Hougardy Lift Properties at 95% Compaction on Construction Curve t w (%) Y (Ibs/ft3) S (%) e Na (%) w Potential (%) UCS (Ibs/ftz) c (Ibs/ft2) � (°) Free Swell (%) CBR* (%) CBR* (%) Res Mod (Ibs/inz) Res Mod (Ibs/inz) ASTM D 2166 ASTM D 2850 ASTM D Z850 ASTM D 4546 Soaked Unsoaked Soaked Unsoaked Dry Sidel 11.6 111.Z 6Z.0 0.50 1Z.6 +7.1 6,360 1,949 27 2.6 1.0 32.1 1,458 23,532 Wet Sidel 15.7 111.2 84.2 0.50 5.3 +2.9 5,915 2, 011 2Z 1.4 3.4 7.8 5,127 9, 518 Tolerance t1% MC t2% t3% t3% t3% f3% t20% f 10% f 10% t25% t10% t10% t10% f 10% 12° �aa � � 11F !. � 9��� com�acdon_ � 111. 2 1b= � ft' �, . , �, r-• � r, 1�� ��a ac Graphics powered by Mathematica Authorization By: Print Name: Date: Firm Reg.#: Use of this Compaction Design Report ("CDR") is subjed to all wpyrights and shall comply with the terms and condidons of all software licenses applicable to the generadon of this report. This CDR may be used in pradice solely for design analysis purposes for the above fill liR ("Fill") and Projed, and the use of this CDR for any other use or fill lift other than that Fill or for any purpose is not permitted. This report applies only to lifts compacted over stiff and well-compaded lifts and subgrades. No part of this CDR may be copied, downloaded, stored in a retrieval system, further transmitted, or otherwise reproduced, stored, disseminated, transferred, or used, in any form or by any means, except as permitted in wridng by Rone Engineering Services, Ltd. Each reproduction of any part of this CDR must contain all copyright nodces and registered trademark designations (OO ) and non-registered trademark designations (""). Version: 231.1 - 7.2 .� , . � c.�;�. c-wti�3 �'. ------- w�ti- .� • s • ♦ �'. �', Lift Canstruetion Curre t� . 13_f�t . .� � : 117.1 11�� �`f� ,t � . - �. � � ', . � 1 ;k 1 � '� � '. " "'_' "'_'""' �l -� - � ', � ��. � � '� �*. ' �� � � '4 � i �. � i . � i � � � � �4 .� � � k � i � � � � � i � i � i � i Construction Control Specifications Minimum % of Maximum Dry Densitv Construction Curve 95% Wet-of-Optimum Moisture Ranqe for 95% 13.0% - 15.7% (t1% MC) Minimum # of Roller Passes 7 (Equiv. 4 roundtrip passes, full liR coverage required) Compaction curves should be obtained regularly with changes in material index properties and upon change in color or texture for effective construction control. M-D probe depths should be centered on the center of the compacted lift. t c and m- Unsafurated triaxial test, total stress soil parameter. UCS - Unconfined Compressive Strength. Measured ualues indude a, y, UCS, c, m Free Swel% and CBR (soaked and unsoaked), Ca/culafed va/ues indude 5, e, Na, a Potential, and Resilient Modulus (soaked and unsoaked). Wet side permeability in fie/d not factored in Free Swell test condition. * CBR based on fie/d compacted state. 1 Properties represenf average values. ; � Soil Sample Date: 7/15/2021 ; � Loc: On-Site . ; Desc: Upper-bound, predominant soil range � 13. Gt ! 15.7 Gf ' _� �Iui=ru-} C'atit�trt_ c� ��`:��i PLATE A.17b I�� hl E E.� RTH v.'0 R �5 Project Number: 21-25503 Project Name: Hemphill Street Extension Project Owner: Commerce Construction Co., LP Control Specifications and References Min % of Max Dry Density 97% Resilient Modulus Method AASHTO Compacted Fill Property Requirements Air Voids Percentage 6.8% Factor of Safety 1.0 Design Compaction Conditions Loose Lift Thickness (in) 9 Compactor CAT 563 Static USCS Classification CH Ranges Specific Gravity 2.68 2.66 - 2.70 Liquid Limit (%) 72 70 - 73 Plasticity Index (%) 48 46 - 49 Plastic Limit (%) 24 % Fines (Passing #200) 97 95 - 98 % Gravel (Retained #4) 0 0 - 0 % Sand (Passing #4) 3 2 - 5 8908 Ambassador Row, Dallas, Tx 75247 Texas Engineering Firm Registration, No. F-1572 Corporate Phone: (Z14) 630-9745 RECTM Compaction Design Report Fill: Foundation Report Number: 25353-03 Remarks: Subgrade ReconstructionReport Date: 8/12/2021 Produced By: Gary Hougardy Lift Properties at 97% Compaction on Construction Curve t w (%) Y (Ibs/ft3) S (%) e Na (%) w Potential (%) UCS (Ibs/ftz) c (Ibs/ft2) � (°) Free Swell (%) CBR* (%) CBR* (%) Res Mod (Ibs/inz) Res Mod (Ibs/inz) ASTM D 2166 ASTM D 2850 ASTM D Z850 ASTM D 4546 Soaked Unsoaked Soaked Unsoaked Dry Sidel 19.7 97.4 73.5 0.72 11.1 +7.1 3,903 1,310 2Z 5.2 0.6 16.8 929 15,540 Wet Sidel 22.5 97.4 84.1 0.72 6.6 +4.3 3,790 1,458 15 1.9 2.6 4.0 3,837 6,234 Tolerance t1% MC t2% t3% t3% t3% f3% t20% f 10% f 10% t25% t10% t10% t10% f 10% � Y � �. � f � �`l � r, 4 .t '. � c.�;�. c-,:n�3 11� �`• """' w�l," ,� . .� . .� . . 1�7� '• . , Lift Conste=uction Cur�-e . t� : 20_6�c '. v: 100_� 1b�: ft3 4 1�v �y I I `~i 97�t campactian.,._, . : _.__,. ' 97_� lb��'ft' ; �; +�-, � , v— � � �, � a •. I i ti4 I 1 I 1 I 1 yi h i � * + i , S'� � i i i i i i i � � � � , i i gc i i i i i i � � � � � � � so � � �20.6�� ' �'2 ��� �IF C.�i �. ��=iistt�r� C'wtit�nt. c� � `:'� � Graphics powered by Mathematica Construction Control Specifications Minimum % of Maximum Dry Densitv Construction Curve 97% Wet-of-Optimum Moisture Ranqe for 97% 20.6% - 2Z.5% (t1% MC) Minimum # of Roller Passes 8 (Equiv. 4 roundtrip passes, full liR coverage required) Compaction curves should be obtained regularly with changes in material index properties and upon change in color or texture for effective construction control. M-D probe depths should be centered on the center of the compacted lift. t c and m- Unsafurated triaxial test, total stress soil parameter. UCS - Unconfined Compressive Strength. Measured ualues indude a, y, UCS, c, m Free Swel% and CBR (soaked and unsoaked), Ca/culafed va/ues indude 5, e, Na, a Potential, and Resilient Modulus (soaked and unsoaked). Wet side permeability in fie/d not factored in Free Swell test condition. * CBR based on fie/d compacted state. 1 Properties represenf average values. Soil Sample Date: 7/15/2021 Loc: On-Site Desc: Lower-bound, full soil range Authorization By: Print Name: Date: Firm Reg.#: Use of this Compaction Design Report ("CDR") is subjed to all wpyrights and shall comply with the terms and condidons of all software licenses applicable to the generadon of this report. This CDR may be used in pradice solely for design analysis purposes for the above fill liR ("Fill") and Projed, and the use of this CDR for any other use or fill lift other than that Fill or for any purpose is not permitted. This report applies only to lifts compacted over stiff and well-compaded lifts and subgrades. No part of this CDR may be copied, downloaded, stored in a retrieval system, further transmitted, or otherwise reproduced, stored, disseminated, transferred, or used, in any form or by any means, except as permitted in wridng by Rone Engineering Services, Ltd. Each reproduction of any part of this CDR must contain all copyright nodces and registered trademark designations (OO ) and non-registered trademark designations (""). Version: 231.1 - 7.2 PLATE A.17c APPENDIX B f���� FIELD EXPLORATION Subsurface conditions were defined by 10 sample borings located as shown on the Boring Location Diagram, Plate A.3. The borings were completed at locations staked in the field by Rone personnel. The borings were advanced between sample intervals using continuous flight auger drilling procedures. Field and laboratory test results, sample depth, description, and soil classification based on the Unified Soil Classification System are shown on the Logs of Boring. Keys to the symbols and terms used on the logs are presented in Appendix A. Relatively undisturbed samples of cohesive soils were obtained using nominal 3-inch diameter tube samplers at the locations shown on the Logs of Boring. The tube sampler consists of a steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test, a'/4 inch diameter piston is pushed into a relatively undisturbed sample at a constant rate to a depth of approximately'/4 inch. The results of these tests are presented at the respective sample depths on the Logs of Boring. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Samples of stiff and/or granular materials were obtained using split-barrel sampling procedures in general accordance with ASTM D1586. In the split-barrel procedure, a disturbed sample is obtained in a standard 2-inch OD split-barrel sampler driven 18 inches into the ground using a 140-pound hammer falling freely 30 inches. The number of blows for the last 12 inches of the 18- inch penetration is recorded as the Standard Penetration Test resistance (N-value). The N-values are recorded on the Logs of Boring at the depth of sampling. The samples were packaged and returned to our laboratory for further examination and testing. Rock and rock-like materials encountered in the borings were evaluated with a modified version of the Texas Cone Penetration (TCP) test. Texas Department of Transportation (TxDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 � ���� inches. This results in 340 foot-pounds of energy for each hammer blow. This method was modified by using a 140-pound hammer falling 30 inches, resulting in 350 foot-pounds of per blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6- inch increment is recorded at the respective test depth on the log of boring. In hard materials (rock or rock-like), the penetrometer cone is driven 100 blows, and the resulting penetration distances are recorded in inches for the first and second sets of 50 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the Logs of Boring. Groundwater observations during and at completion of drilling are shown on the Logs of Boring. Upon completion of drilling, the boreholes were backfilled with auger cuttings to ground level. B.1 f���� LABORATORY TESTING Laboratory tests were performed on selected samples retrieved from the borings to evaluate the engineering characteristics of the subsurface materials, and to provide data for developing engineering design parameters. The subsurface materials recovered during the field exploration were described by an engineering geologist or senior staff member in the field and/or the laboratory, and were later refined based on results of the laboratory tests performed. Classification Tests All recovered soil samples were classified and described, in part, using the Unified Soil Classification System (USCS). Visual classification of soils was verified by index testing, including natural moisture content determinations, Atterberg limits, and gradation tests (percent passing the No. 200 U.S. Standard Sieve). All testing was performed in general accordance with applicable American Society for Testing and Materials (ASTM) procedures as follows: Test Atterberg Limits Percentage of Particles Passing the No. 200 Sieve Moisture Content Dry Unit Weight Swell Test Soluble Sulfate Concentration Swell Test ASTM Standard Number D4318 D1140 D2216 D2167 D4546, Method B TEX-145-E In the swell test, a sample is placed in a consolidometer and subjected to the estimated overburden pressure. The sample is then inundated with water and allowed to swell. Moisture contents are determined both before and after completion of the test. Test results are recorded as the percent swell, with initial and final moisture content. Detailed swell test results are tabulated in Appendix A. Soluble Sulfate Concentration Tests In this test, a small sample is dried, crushed, and ground, and then shaken or stirred into a container of distilled water and allowed to soak at least 12 hours. After soaking, the solution is stirred again, and the soil is filtered from the water. A sulfate test tablet is dissolved into a small amount of the filtered water, and the amount of light passing through the resulting solution is measured using a colorimeter to determine sulfate content. B.2 Rone Specification 400 RONE /� ENGINEER�pG LIME STABILIZATION OF COMPACTED CLAYEY SOILS 1. Description Mix and compact lime and water with in-place, pre-compacted clayey soil in order to construct a lime stabilized subgrade in accordance with this specification and as required by the geotechnical report and site design plans and specifications. 2. Materials 2.1 Lime Furnish hydrated (slaked) lime, commercial lime slurry, quicklime, or carbide lime slurry that meets the requirements of DMS-6350, "Lime and Lime Slurry" and DMS-6330 "Pre- Qualification of Lime Sources." Use Do not use quicklime when sulfates are present in quantities greater than 3,000 ppm. When furnishing quicklime, provide it in bulk. 2.2 Water Furnish potable water free of and wastes and other deleterious or objectionable material. 2.3 In-Place Clay Soils In accordance with Rone's geotechnical report. 2.4 Mix Design Rone will provide the required lime mix percentage in accordance with the geotechnical report. 3. Equipment Furnish equipment in accordance with Item 260 of the latest edition of the Standard Specifications for Construction of Highways, Streets and Bridges, Texas Department of Transportation (TxDOT). 4. Construction Construct the lime-stabilized subgrade as required by the geotechnical report and design specifications in accordance with the following construction steps. 4.1 In-Place, Pre-Compacted Grades The in-place clay subgrade must be fully compacted using kneading compaction wet-of the optimum moisture contents in construction in full accordance with Rone's compaction control specifications as provided in the geotechnical report or report addendum, and to the lines and grades required in the project plans and specifications. The moisture states of the finished grades shall have been maintained in accordance with the geotechnical report. 4.2 Preparation of the In-Place, Pre-Compacted Grades Lightly spray the grade surface with water. If visible drying has occurred on the grade surfaces since compaction, spray additional water in those areas as may be needed to establish a 5/19/21 Page 1 of 3 B.3 Rone Specification 400 RONE /� ENGINEER�' � wetted surface and preserve the wet-of-optimum moisture states established during compaction. Allow soak time before scarifying any areas requiring more significant wetting. 4.3 Scarification Use a road mixer to fully scarify and pulverize the in-place grades to the design stabilization depth. The pre-kneaded clays will pulverize to optimal surface area exposure for lime coating and mixing. Spray any scarified soils that appear visibly dry. The scarified depth must appear visibly well pulverized and moist before application of lime. 4.4 Application Uniformly apply lime using dry or slurry placement as shown on the plans or as directed. Slurry placement is recommended for most efficient hydration and stabilization. Add lime at the required percentage in accordance with the geotechnical report. Apply lime only on areas where mixing can be completed during the same working day. Start lime application only when the air temperature is at least 35°F and rising or is at least 40°F. Temperatures must be taken in the shade and away from artificial heat. Lime may not be applied during rainfall. Suspend application when weather conditions become unsuitable. Minimize dust and scattering of lime by wind. Do not apply lime when wind conditions cause blowing lime to become dangerous to traffic or objectionable to adjacent property owners. Use of quicklime can be hazardous. Inform users of the recommended precautions for handling and storage. 4.4.1 Slurry Placement Provide lime slurry free of objectionable materials, at or above the minimum dry solids content, and with a uniform consistency that will allow ease of handling and uniform application. Deliver commercial lime slurry or carbide lime slurry to the jobsite, or use hydrated lime or quicklime to prepare lime slurry at the jobsite or other approved location, as specified. When dry quicklime is applied as slurry, use 80% of the amount required. Distribute the prepared slurry uniformly over measured sections of the scarified grades until the specified lime content is reached. Uniformly spread the residue from quicklime slurry over the length of the section being processed. 4.4.2 Dry Placement Distribute the required quantity of hydrated lime or pebble grade quicklime with approved equipment. Only hydrated lime may be distributed by bag. Do not use a motor grader to spread hydrated lime. 5/19/21 Page 2 of 3 B.3 Rone Specification 400 5. Mixing RONE /� ENGINEER�pG Begin mixing within 2 hours of application. Hydrated lime shall not be exposed to the open air for more than 3 hours. When pebble grade quicklime is placed dry, mixing must be done immediately after application. Mixing must be conducted thoroughly and uniformly using a road mixer. Allow the lime mixture to soak, hydrate and flocculate the pulverized clay soil for at least 4 hours and no more than 24 hours. Add water as needed to maintain a moist condition and prevent excessive drying to support hydration and chemical reaction during and after mixing and prior to compaction. Mixed soils should not be exposed to rain prior to compaction. Mixed soils exposed to rain prior to compaction may require full rework with reapplication of lime and remixing. 6. Compaction After 4 to 24 hours, the mixed layer may be compacted. The mixed lift must be fully and uniformly compacted with a footed compactor wet-of the optimum moisture contents generated during compaction in accordance with the compaction specifications provided in the geotechnical report. The footed compactors must be utilized in static mode, without vibration. Full compaction must occur before any heavy rainfall. 7. Finishing Immediately after completing compaction, blade and smooth roll the surface as needed to establish a smooth surface to the required design lines and grades. Add small amounts of water if and where needed during shaping and rolling. 8. Curing Cure the stabilized subgrade for at least 24 hours and as needed to establish a sturdy working surface before traversing with construction traffic and subsequent construction. Maintain moisture as may be needed during curing. END 5/19/21 Page 3 of 3 B.3 APPENDIX C The Geoprofessional Business Association (GBA) has prepared this advisory to help you — assumedly a client representative — interpret and apply this geotechnical-engineering report as effectively as possible. In that way, you can benefit from a lowered exposure to problems associated with subsurface conditions at project sites and development of them that, for decades, have been a principal cause of construction delays, cost overruns, claims, and disputes. If you have questions or want more information about any of the issues discussed herein, contact your GBA-member geotechnical engineer. Active engagement in GBA exposes geotechnical engineers to a wide array of risk-confrontation techniques that can be of genuine benefit for everyone involved with a construction project. Understand the Geotechnical-Engineering Services Provided for this Report Geotechnical-engineering services typically include the planning, collection, interpretation, and analysis of exploratory data from widely spaced borings and/or test pits. Field data are eombined with results from laboratory tests of soil and rock sa�nples obtained from field exploration (if applicable), observations made dw�ing site reconnaissance, and historical information to form one or more models of the expected subsurface cottditions beneath the site. Local geology and alterations of the site surface and subsurface by previous and proposed construction are also important considerations. Geotechnical engineers apply their engineering training, experience, and judgment to adapt the requirements of the prospective project to the subsurface model(s). Estimates are made of the subsurface conditions that will likely be exposed during construction as well as the expected performance of foundations and other structures being planned and/or affected by construction activities. The culmination of these geotechnical-engineering services is typically a geotechnical-engineering report providing the data obtained, a discussion of the subsurface tnodel(s), the engineering and geologic engineering assessments and analyses made, and the recommendations developed to satisfy the given c eyuirements of the project. These repmts may be titled investigations, explorations, studies, assessments, or evaluations. Regardless of the title used, the geotechnical-engineering report is an engineering interpretation of the subsurface conditions within the context of the project and does not represent a close examination, systematic inquiry, or thorough investigation of all site and subsurface conditions. Geotechnical-Engineering Services are Performed for Specific Purposes, Persons, and Projects, and At Specific Times Geotechnical engineers structure their services to meet the specific needs, goals, and risk managemenl preCerences of lheir clients. A geotechnical-engineering study conducted for a given civil engineer will not likely meet the needs of a civil-works constructor or even a difrerent civil engineer. Because each geolechnical-engineering study is uniquc, cach gcotcchnical-cnginccring rcport is uniquc, prcparcd solely for the client. I,ikewisc, gcotcchnical cnginccring scrvices are performed for a specific project and purpose. For example, it is unlikely that a geotechnical- engineering sludy for a refrigerated warehouse will be the same as one prepared for a parking garage; and a few borings drilled during a preliminary study to evaluate site feasibility will not be adequate to develop geotechnical design recommendations for the project. Do not rely on this repnrt if your geotechnical engineer prepared it: . for a differenl clienl; . for a different project or purpose; . for a dit7erent site (that may or may not include all or a portion of the original site); or • before important events occurred at the site or adjacent to it; e.g.> man-made events like construction or environmental remediation, or naLural evenLs like Iloods, droughls, earthquakes, or groundwater fluctuations. No�e, loo, the reliabili�y of a geotechnical-eugineering report can be affected by the passage of time, because of factors like changed subsurCace conditions; new or modified codes, standards, or regulaLions; ar new Lechniques ar lools. If you are the leasl bil uncerlain about the continued reliability of this report> contact your geotechnical engineer beCore applying the recommendations in it A minor amount of additional testing or analysis af�er �he passage of time - if any is required at all - could prevent major problems. Read this Report in Full Coslly problems have occurred because those relying on a geotechnical- engineering report did not read the report in its entirety. Do not rely on an executive summary. Do not read selective elements only. Read and refer lo t}1e report in full. You Need to Inform Your Geotechnical Engineer About Change Your geotechnical engineer considered unique, project-specific factors when developing the scope of study behind this report and developing the confirmation dependent recommendations the report conveys. Typical changes lhal could erode the reliabilily of lhis report include thosc that affcct: . the site's size or shape; . the elevation, configura�iou, location, orientation, function or weight of thc proposcd structurc and the desired performance crileria; . the composition of the design team; or . project ownership. As a general rule, always inform your geotechnical engineer of projecl or sitc changes — cven minor ones — and reyucst an asscssment of their impact. The geotechnical engineer who prepared this report cannot accepf ■ ■ ■ ni - n in rin r � � responsibility or liability for problems that arise because the geotechnical engineer was not informed about developments the engineer otherwise would 11ave considered. Most of the "Findings" Related in This Report Are Professional Opinions Before construction begins, geotechnical engineers explore a site's subsurface using various sampling and testing procedures. Geotechnical engineers can observe actual subsurface conditions only at those specifzc locations where sampling and testing is performed. The data derived from that sampling and testing were reviewed by your geotechnical engineer, who then applied professional judgement to form opinions about subsurface condilions throughoul lhe sile. Aclual sitewide-subsurface conditions may differ - maybe significantly - from those indicated in this report Confront that risk by retaining your geotechnical engineer to serve on the design team through project complelion to obtain informed guidance quickly> whenever needed. This Report's Recommendations Are Confirmation-Dependent The recommendations induded in this report - including any options or alternatives - are confirmation-dependent. In other words, they are not final, bccausc lhc geotechnical engineer who developcd lhcm relicd hcavily on judgement and opinion to do so. Your geotechnical engineer can finalize the recommendalions only after observing actual subsurface conditions exposed during conslruclion. If lhrough observation your geolechnical engineer confirms that the conditions assumed to exist actually do exist, the recommendations can be relied upon> assuming no other changes have occurred. 'I he geolechnical engineer who prepared this repor! cannot assume responsibility or liability for confirmation-dependent recommendations if you fail lo relain lhal engineer to perform conslruction observalion. This Report Could Be Misinterpreted Other design professionals' misinterpretation of geotechnical- engineering reports has resulted in costly problems. Confront that risk by having your geotechnical engineer serve as a continuing member of the design team, to: . confer with other design-leam members; . help develop specifications; . review perlinent elements of other design professionals' plans and specifications; and • be available whenever geotechnical-engineering guidance is needed. You should also confront the risk of constructors misinterpreting this report. Do so by retaining your geotechnical engineer to participate in prebid and preconstruction conferences and to perform construction- phase observations. Give Constructors a Complete Report and Guidance Some owners and design professionals mistakenly believe they can shift unanticipated-subsurface-conditions liability to constructors by limiting the informa�ion lhey provide for bid preparation. To help prevent the costly, contentious problems this practice has caused, indude the complele geolechnical-engineering report, along wilh any atlachmenls or appendices, wi�h your contract documents> bul be cerlain lo nole conspicuously that you've included the material for information purposes only. To avoid tnisunderstanding, you may also want to note that °informational purposes" means constructors have no right to rely on the interpretalions, opinions, conclusions, or recommendations in lhe report. Be certain that constructors know they inay learn about specific project requirements, induding options selected from the report, only Crom the design drawings and speciGcations. Remind construclors that they may perform their own studies if they want to, and be sure to allow enough time to permit them to do so. Only then might you be in a position lo give conslructors the inCormalion available to you, while requiring them to at least share some of the financial responsibilities stemming from unanticipated conditions. Conducting prebid and preconstruction conCerences can also be valuable in this respect. Read Responsibility Provisions Closely Some client representatives, design professionals, and constructors do not realize that geotechnical engineering is far less exact than other engineering disciplines. This happens in parl because soil and rock on project sites are typically heterogeneous and not manufactured materials with well-defined engineering properties like steel and concrete. That lack of underslanding has nurlured unrealistic expectations thal have resulted in disappointments, delays, cost overruns, claims, and disputes. To confront that risk, geotechnical engineers commonly include explanatory provisions in lheir reporls. Somelimes labeled °limilalions; many of these provisions indicate where geotechnical engineers' responsibilities begin and end, lo help others recognize their own responsibililies and risks. Read these provisions dosely. Ask questions. Your geotechnical engineer should respond fully and frankly. Geoenvironmental Concerns Are Not Covered The personnel, equipment, and techniques used to perform an environmenlal sludy - e.g., a"phase-one" or "phase-lwo" environmental site assessment - differ significantly from those used to perform a geotechnical-engineering study. Por that reason, a geotechnical-engineering report does nol usually pro��ide environmenlal findings, conclusions, or recommendalions; e.g., abouL the likelihood of encounlering underground storage tanks or regulated contaminants. Unanlicipaled subsurface environmental problems have led to project failures. If you have not obtained your own environmental information about the projecl site, ask your geotechnical consultant for a recommendation on how to find environmenlal risk-management guidance. Obtain Professional Assistance to Deal with Moisture Infiltration and Mold While your geotechnical engineer may have addressed groundwater, water infiltration, or similar issues in this report, the engineer's services were not designed, conducted, or intended to prevent migralion oC moislure - including waler vapor - Crom lhe soil through building slabs and walls and into the building interior, where it can cause mold growth and material-performance deficiencies. Accordingly> proper implementation of the geotechnical engineer's recommendations will not of itself be sufficient to prevent moisture infiltration. Confront the risk of moisture infiltration by including building-envelope or mold specialists on the design team. Geotechnical engineers are not building-envelope or mold specialists. �GEOPROFESSIONAL BUSINESS / � ASSOCIATION Telephone: 301 /565-2733 e-mail: info@geoprofessional.org www.geoprofessional.org Copyright 2019 by Geoprofessional Business Association (GBA). Duplication, reproduction, or copying oC this document, in whole or in part, by any means whatsoever, is stricdy prohibited, except w�th GBA's specific written permission. F.xcerpting, quoting, or otherwise extrading wording from this document is permitted only with the express written permission of GBA, and only for purposes of scholady research or book review. Only members of GBA may use this document or its wording as a complement to or as an element of a report of any kind. Any other firm, indi��idual, or other entity that so uses this document without being a GBA member could be committing negligent GC-6.09 Permits and Utilities CSC No. 56573 Folder No. 3274-48 PIPELINE AGREEMENT Mile Post:242.39,Ft.Worth Subdivision Location: Fort Worth,Tarrant County,Texas This PIPELINE AGREEMENT ("Agreement") is made and entered into as of the A-?iay of 2021 ("Effective Date"), by and between UNION PACIFIC RAILROAD COMPANY, a Delaware corporation, to be addressed at 1400 Douglas Street, MS 1690, Omaha, Nebraska 68179 ("Licensor"), and CITY OF FORT WORTH,to be addressed at 200 Texas Street, Fort Worth,Texas 76102("Licensee"). IT IS MUTUALLY AGREED BY AND BETWEEN THE PARTIES HERETO AS FOLLOWS: Article 1.LICENSOR GRANTS RIGHT. A. In consideration of the license fee to be paid by Licensee set forth below and in further consideration of the covenants and agreements to be performed by Licensee, Licensor hereby grants to Licensee the right to construct and thereafter, during the term hereof,maintain and operate a 12 inch PVC pipeline encased in a 20 inch steel casing for transporting and conveying water only, including any appurtenances required for the operation of said pipeline (collectively, "Licensee's Facilities") across Licensors real property, trackage, or other facilities located in Forth Worth, Tarrant County, State of Texas ("Railroad Property"). The specific specifications and limited purpose for Licensee's Facilities on, along, across and under Railroad Property are described in and shown on the Print and Specifications dated September 23,2021, attached hereto as Exhibit A and made a part hereof. B. Licensee's Facilities will (i) only be used for transporting and conveying water and (ii) not be used to convey any other substance, any fiber optic cable, or for any other use,whether such use is currently technologically possible, or whether such use may come into existence during the life of this Agreement. C. Licensee acknowledges that if it or its contractor provides Licensor with digital imagery depicting Licensee's Facilities ("Digital Imagery"), Licensee authorizes Licensor to use the Digital Imagery in preparing Exhibit A. Licensee,through a license or otherwise,has the right to use the Digital Imagery and to permit Licensor to use the Digital Imagery in said manner. Article 2.TERM. This Pipeline Agreement shall take effect as of the Effective Date first herein written and shall continue in full force and effect. Article 3.LICENSEE FEE. Upon execution of this Agreement,Licensee shall pay to Licensor a one-time license fee of Eight Thousand Nine Hundred Fifty Dollars($8,950.00). OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX Article 4.LICENSEE'S COMPLIANCE WITH GENERAL TERMS. All work on Licensee's Facilities performed by Licensee or its contractors will strictly comply with all terms and conditions set forth herein, including the General Terms and Conditions, attached hereto as Exhibit B and made a part hereof. Article S.INSURANCE. A. During the term of this Agreement, Licensee shall fully comply or cause its contractor(s) to fully comply with the insurance requirements described in Exhibit C, attached hereto and made a part hereof. Licensee shall send copies of all insurance documentation (e.g., certificates, endorsements, etc.) to Licensor at the address listed in the"NOTICES" Section of this Agreement. B. If Licensee is subject to statute(s) limiting its insurance liability and/or limiting its ability to obtain insurance in compliance with Exhibit C of this Agreement,those statutes shall apply. Article 6.IF WORK IS PERFORMED BY CONTRACTOR. If a contractor is hired by Licensee to perform any work on Licensee's Facilities, then Licensee shall require its contractor(s) to execute Licensors then-current form of Contractor's Right of Entry Agreement ("CROE"). Licensee acknowledges that: (i) the CROE attached hereto as Exhibit D and made a part hereof is the most current form available as of the Effective Date; and (ii) the terms and conditions of the CROE are subject to change by Licensor, such changes to be made at Licensor's sole discretion. Licensee shall require its contractors to execute the CROE before any contractors are allowed onto Railroad Property pursuant Licensee's notification requirements set forth in the "NOTICE OF COMMENCEMENT OF WORK;EMERGENCIES" Section of Exhibit B. Article 7.ATTORNEYS'FEES,EXPENSES,AND COSTS. If litigation or other court action or similar adjudicatory proceeding is undertaken by Licensee or Licensor to enforce its rights under this Agreement, all fees, costs, and expenses, including, without limitation, reasonable attorneys' fees and court costs, of the prevailing Party in such action, suit, or proceeding shall be reimbursed or paid by the Party against whose interest the judgment or decision is rendered. The provisions of this Article shall survive the termination of this Agreement. Article 8.WAIVER OF BREACH. The waiver by Licensor of the breach of any condition, covenant or agreement herein contained to be kept, observed and performed by Licensee shall in no way impair the right of Licensor to avail itself of any remedy for any subsequent breach thereof. Article 9.ASSIGNMENT. A. Licensee shall not assign this Agreement, in whole or in part, or any rights herein granted, without the written consent of Licensor, which must be requested in writing by Licensee. Any assignment or attempted transfer of this Agreement or any of the rights herein granted,whether voluntary, by operation of law, or otherwise, without Licensor's written consent, will be absolutely void and may result in Licensor's termination of this Agreement pursuant to the "TERMINATION; REMOVAL OF LICENSEE'S FACILITIES" Section of Exhibit B. B. Upon Licensor's written consent to any assignment, this Agreement will be binding upon and inure to the benefit of the parties thereto, successors,heirs, and assigns, executors, and administrators. Article 10. SEVERABILITY. Any provision of this Agreement which is determined by a court of competent jurisdiction to be invalid or unenforceable shall be invalid or unenforceable only to the extent of such determination,which shall not invalidate or otherwise render ineffective any other provision of this Agreement. Article 11. NOTICES. I Except Licensee's commencement of work notice(s) required under Exhibit B, all other notices required by this Agreement must be in writing, and(i)personally served upon the business address listed below ("Notice Address"), (ii) sent overnight via express delivery by a nationally recognized overnight delivery service such as Federal Express Corporation or United Parcel Service to the Notice Address, or iii)by certified mail,return receipt requested to the Notice Address. Overnight express delivery notices will be deemed to be given upon receipt. Certified mail notices will be deemed to be given three(3) days after deposit with the United States Postal Service. If to Licensor: Union Pacific Railroad Company Attn: Analyst—Real Estate Utilities (Folder No. 3274-48) 1400 Douglas Street,MS 1690 Omaha,Nebraska 68179 If to Licensee: City of Forth Worth Attn:Patrick Buckley 200 Texas Street Forth Worth,TX 76102 Article 12. SPECIAL PROVISION—ONSITE OBSERVATION/INSPECTION. Licensor requires licensee to provide monitoring of tracks and on-site observation and/or inspection through Licensor approved inspector named below during all construction and installation work. Licensee is to directly coordinate services with the named inspector. Railpros Field Services Email: RP.Utility(arailpros.com Phone(682)223-5271 IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed as of the Effective Date. UNION PACIFIC RAILROAD COKPANY9 CITY OF FORT WORTH, a Delaware Z tion a Texas municipal corporation By: By: a,.s Title: Title:Assistant City Manager ralg 0. Benson Manager- Real Estate OFFICIAL RECORD Union Pacific Railroad Company CITY SECRETARY FT.WORTH, TX Approved as to Form and Legality: Thomas Royce Hansen Assistant City Attorney II Form 1295:N/A a Attest: OF0 R000 0 v o 0 d Ronald Gonzales 0i d000 Assistant City Secretary 000o00 o CONTRACT COMPLIANCE MANAGER By signing,I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. i F Patrick ley(OcA,202111:34 CDTJ Name: Patrick Buckley Title: Sr.Professional Engineer I OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX NON - FLAMMABLE LIQUID CROSSING PIPELINE ENCROACHMENT El BOTH UPRR R.0.W. 32 1FT. I 2069FT. 1,153 I 3,372 CD FT. FT. CD w 50 81_8 DEG. z CD ANGLE OF cr Z CROSSING c —————— -- ---------- L, In -- ---------- Z. C I DESCRIBE DESCRIBE FIXED OBJECT I FIXED OBJECT C&Sp I N4 TRACK I 1 D[iN L 50 II NORTH ARROW A UPRR R.0.W. PLAN SCALE: NONE lo OUTER OUTER TRACK I TRACK 50 I FT. I 50 FT. I I 10 I I T. 50 FT. I 0 FT. I 50 FT. VENT PIPE I 1 50 I I TOTAL TRACKS FT' 4 GROUND 50 FT. I —FT' SURFACE DRAINAGE IDITCH 8 FT. n/aFT. I n/FT. I I 0 CAS I NG P I PE S E C T12NLnA LONGITUDINAL PIPECARRIERPIPESCALE: NONE ENCROACHMENT NOTES: D ALL DIMENSIONS MEASURED PERPENDICULAR TO THE CENTERLINE OF TRACK. 2)REFER TO AREMA VOLUME L CHAPTER L PART 5,SECTION 5.3. A) METHOD OF INSTALLATION Bore B) DIST. FROM CENTERLINE OF TRACK TO PIPE ENCROACHMENT n/a— BUILDING AMERICA® C) SIGNS PROVIDED? n/a D) CARRIER MATERIAL DIP IF RCP, CLASS V? COMMODITY TO BE CONVEYED Water EXHIBIT "A" OPERATIONAL PRESSURE 9_ PSI. MAOP PSI. WALL THICKNESS (INCH)/ SCHEDULE avvwA c9oo, DIAMETER 12 IN. SUBDIVISION: Ft.Worth Sub. CATHODIC/COATING PROTECTION TRACK TYPE: Single E) CASING MATERIAL Steel IF RCP, CLASS V? M.P.: 242.39 LAT.: 32.622818 TOTAL LENGTH CASING PIPE: 100 FT. E.S.M.: 5778+42 LONG.: _ WALL THICKNESS 0.300 IN. DIAMETER 24 IN. 97.332779 CATHODIC/COATING PROTECTION coal-tar NEAREST CITY: COUNTY:STATE: CASING PIPE IS sealed AT THE ENDS. Fort Worth Tarrant Texas F) DISTANCE FROM CENTERLINE OF TRACK TO NEAR FACE OF APPLICANT. City of Fort WorthBORINGANDJACKINGPITSWHENMEASUREDATRIGHTANGLES 50' AND > `Q'_. FILE NO.: 3274-48 DATE: 9 /23/ 21 EXHIBIT B GENERAL TERMS AND CONDITIONS Section 1. LIMITATION AND SUBORDINATION OF RIGHTS GRANTED. A. The foregoing grant is subject and subordinate to the prior and continuing right and obligation of Licensor to use and maintain its entire property including the right and power of Licensor to construct, maintain, repair, renew, use, operate, change, modify or relocate railroad tracks, signal, communication, fiber optics, or other wirelines,pipelines and other facilities upon, along or across any or all parts of its property, all or any of which may be freely done at any time or times by Licensor without liability to Licensee or to any other party for compensation or damages. B. The foregoing grant is also subject to all outstanding superior rights (including those in favor of licensees and lessees of Railroad Property) and the right of Licensor to renew and extend the same, and is made without covenant of title or for quiet enjoyment. It shall be Licensee's sole obligation to obtain such additional permission,license and grants necessary on account of any such existing rights. Section 2. ENGINEERING REQUIREMENTS;PERMITS. A. Licensee's Facilities will be designed, constructed, operated, maintained, repaired, renewed, modified, reconstructed, removed, or abandoned in place on Railroad Property by Licensee or its contractor to Licensor's satisfaction and in strict conformity with: (i) Licensor's current engineering standards and specifications, including those for shoring and cribbing to protect Licensor's railroad operations and facilities ("UP Specifications"), except for variances approved in advance in writing by Licensor's Assistant Vice President Engineering — Design or its authorized representative UP Engineering Representative"); (ii) such other additional safety standards as Licensor, in its sole discretion, elects to require, including, without limitation, American Railway Engineering and Maintenance-of-Way Association ("AREMA") standards and guidelines (collectively, "UP Additional Requirements"); and (iii) all applicable laws, rules, and regulations, including any applicable Federal Railroad Administration and Federal Energy Regulatory Commission regulations and enactments collectively, "Laws"). If there is any conflict between UP Specifications, UP Additional Requirements, and Laws,the most restrictive will apply. B. Licensee shall keep the soil over Licensee's Facilities thoroughly compacted, and maintain the grade over and around Licensee's Facilities even with the surface of the adjacent ground. C. If needed, Licensee shall secure, at Licensee's sole cost and expense, any and all necessary permits required to perform any work on Licensee's Facilities. Section 3. NOTICE OF COMMENCEMENT OF WORK,EMERGENCIES. A. Licensee and its contractors are strictly prohibited from commencing any work associated with Licensee's Facilities without Licensor's written approval that the work will be in strict compliance with the "ENGINEERING REQUIREMENTS; PERMITS" Section of this Exhibit B. Upon Licensor's approval, Licensee shall contact both of Licensor's field representatives ("Licensor's Field Representatives") at least ten(10) days before commencement of any work on Licensee's Facilities. B. Licensee shall not commence any work until: (1) Licensor has determined whether flagging or other special protective or safety measures ("Safety Measures") are required for performance of the work pursuant to the "FLAGGING" Section of this Exhibit B and provided Licensee written authorization to commence work; and (2) Licensee has complied with the "PROTECTION OF FIBER OPTIC CABLE SYSTEMS" Section of this Exhibit B. C. If, at any time, an emergency arises involving Licensee's Facilities, Licensee or its contractor shall immediately contact Licensor's Response Management Communications Center at 888) 877-7267. Section 4. FLAGGING. A. Following Licensee's notice to Licensor's Field Representatives required under the NOTICE OF COMMENCEMENT OF WORK; EMERGENCIES" Section of this Exhibit B, Licensor shall inform Licensee if Safety Measures are required for performance of the work by Licensee or its contractor on Railroad Property. If Safety Measures are required,no work of any kind may be performed by Licensee or its contractor(s) until arrangements for the Safety Measures have been made and scheduled. If no Safety Measures are required, Licensor will give Licensee written authorization to commence work. B. If any Safety Measures are performed or provided by Licensor, including but not limited to flagging, Licensor shall bill Licensee for such expenses incurred by Licensor, unless Licensor and a federal, state, or local governmental entity have agreed that Licensor is to bill such expenses to the federal, state, or local governmental entity. Additional information regarding the submission of such expenses by Licensor and payment thereof by Licensee can be found in the "LICENSEE'S PAYMENT OF EXPENSES" Section of this Exhibit B. If Licensor performs any Safety Measures, Licensee agrees that Licensee is not relieved of any of responsibilities or liabilities set forth in this Agreement. C. For flagging,the rate of pay per hour for each flagger will be the prevailing hourly rate in effect for an eight-hour day for the class of flagmen used during regularly assigned hours and overtime in accordance with Labor Agreements and Schedules in effect at the time the work is performed. In addition to the cost of such labor, a composite charge for vacation, holiday, health and welfare, supplemental sickness, Railroad Retirement and unemployment compensation, supplemental pension, Employees Liability and Property Damage, and Administration will be included, computed on actual payroll. The composite charge will be the prevailing composite charge in effect at the time the work is performed. One and one-half times the current hourly rate is paid for overtime, Saturdays and Sundays, and two and one- half times current hourly rate for holidays. Wage rates are subject to change, at any time, by law or by agreement between Licensor and its employees, and may be retroactive as a result of negotiations or a ruling of an authorized governmental agency. Additional charges on labor are also subject to change. If the wage rate or additional charges are changed,Licensee(or the governmental entity, as applicable) shall pay on the basis of the new rates and charges. D. Reimbursement to Licensor will be required covering the full eight-hour day during which any flagger is furnished, unless the flagger can be assigned to other railroad work during a portion of such day, in which event reimbursement will not be required for the portion of the day during which the flagger is engaged in other railroad work. Reimbursement will also be required for any day not actually worked by the flaggers following the flaggers' assignment to work on the project for which Licensor is required to pay the flaggers and which could not reasonably be avoided by Licensor by assignment of such flaggers to other work, even though Licensee may not be working during such time. When it becomes necessary for Licensor to bulletin and assign an employee to a flagging position in compliance with union collective bargaining agreements, Licensee must provide Licensor a minimum of five (5) days notice prior to the cessation of the need for a flagger. If five (5) days notice of cessation is not given, Licensee will still be required to pay flagging charges for the days the flagger was scheduled, even though flagging is no longer required for that period.An additional ten(10) days notice must then be given to Licensor if flagging services are needed again after such five day cessation notice has been given to Licensor. Section 5. SAFETY. A. Safety of personnel, property, rail operations and the public is of paramount importance in the prosecution of any work on Railroad Property performed by Licensee or its contractor, and takes precedence over any work on Licensee's Facilities to be performed Licensee or its contractors. Licensee shall be responsible for initiating, maintaining and supervising all safety operations and programs in connection with any work on Licensee's Facilities. Licensee and its contractor shall, at a minimum comply, with Licensor's then current safety standards located at the below web address ("Licensor's Safety Standards")to ensure uniformity with the safety standards followed by Licensor's own forces. As a part of Licensee's safety responsibilities, Licensee shall notify Licensor if it determines that any of Licensor's Safety Standards are contrary to good safety practices. Licensee and its contractor shall furnish copies of Licensor's Safety Standards to each of its employees before they enter Railroad Property. http://www up com/cs/ ououps/public/(o uprr/O,suppliers/documents/up ndf nadvedocs/pdf uy supplier safety req pdfl B. Licensee shall keep the job site on Railroad Property free from safety and health hazards and ensure that their employees are competent and adequately trained in all safety and health aspects of the work. C. Licensee agrees that Licensee's Facilities and all parts thereof within and outside of the limits of Railroad Property will not interfere whatsoever with the constant, continuous, and uninterrupted use of the tracks,property, and facilities of Licensor, and nothing shall be done or suffered to be done by Licensee at any time that would in any manner impair the safety thereof. D. Licensor's operations and work performed by Licensor's personnel may cause delays in Licensee's or its contractor's work on Licensee's Facilities. Licensee accepts this risk and agrees that Licensor shall have no liability to Licensee or any other person or entity for any such delays. Licensee must coordinate any work on Railroad Property by Licensee or any third party with Licensor's Field Representatives in strict compliance with the "NOTICE OF COMMENCEMENT OF WORK; EMERGENCIES" Section of this Exhibit B. E. Licensor shall have the right, if it so elects,to provide any support it deems necessary for the safety of Licensor's operations and trackage during Licensee's or its contractor's construction, maintenance, repair, renewal,modification,relocation,reconstruction, or removal of Licensee's Facilities. In the event Licensor provides such support, Licensor shall invoice Licensee, and Licensee shall pay Licensor as set forth in the "LICENSEE'S PAYMENT OF EXPENSES" Section of this Exhibit B. Licensor will give as much notice as is feasible recognizing such costs must by authorized by Licensee's City Council and funds must be appropriated. F. Licensee may use unmanned aircraft systems ("UAS") to inspect Licensee's Facilities only upon the prior authorization from and under the direction of Licensor's Field Representatives. Licensee agrees that its use of UAS on Railroad Property will comply with Licensor's then-current Unmanned Aerial Systems Policy and all applicable laws,rules and regulations, including any applicable Federal Aviation Administration regulations and enactments pertaining to UAS. Section 6. PROTECTION OF FIBER OPTIC CABLE SYSTEMS. Fiber optic cable systems may be buried on Railroad Property. Protection of the fiber optic cable systems is of extreme importance since any break could disrupt service to users resulting in business interruption and loss of revenue and profits. In addition to the notifications required under the "NOTICE OF COMMENCEMENT OF WORK; EMERGENCIES" Section of this Exhibit B, Licensee shall telephone Licensor during normal business hours (7:00 a.m. to 9:00 p.m. Central Time, Monday through Friday, except for holidays) at 1-800-336-9193 (also a 24-hour, 7-day number for emergency calls) to determine if fiber optic cable is buried anywhere on Railroad Property to be used by Licensee. If it is, Licensee shall telephone the telecommunications company(ies) involved, and arrange for a cable locator, make arrangements for relocation or other protection of the fiber optic cable, all at Licensee's expense, and will not commence any work on Railroad Property until all such protection or relocation has been completed. Section 7. LICENSEE'S PAYMENT OF EXPENSES. A. Licensee shall bear the entire cost and expense of the design, construction, maintenance, modification,reconstruction,repair,renewal,revision,relocation, or removal of Licensee's Facilities. B. Licensee shall fully pay for all materials joined, affixed to and labor performed on Railroad Property in connection with the construction, maintenance, modification, reconstruction, repair, renewal, revision, relocation, or removal of Licensee's Facilities, and shall not permit or suffer any mechanic's or materialman's lien of any kind or nature to be enforced against the property for any work done or materials furnished thereon at the instance or request or on behalf of Licensee. Licensee shall promptly pay or discharge all taxes, charges, and assessments levied upon, in respect to, or on account of Licensee's Facilities, to prevent the same from becoming a charge or lien upon any property of Licensor, and so that the taxes, charges, and assessments levied upon or in respect to such property shall not be increased because of the location, construction, or maintenance of Licensee's Facilities or any improvement, appliance, or fixture connected therewith placed upon such property, or on account of Licensee's interest therein.Where such tax, charge, or assessment may not be separately made or assessed to Licensee but shall be included in the assessment of the property of Licensor,then Licensee shall pay to Licensor an equitable proportion of such taxes determined by the value of Licensee's property upon property of Licensor as compared with the entire value of such property. C. As set forth in the "FLAGGING" Section of this Exhibit B,Licensor shall have the right, if it so elects, to provide any Safety Measures Licensor deems necessary for the safety of Licensor's operations and trackage during Licensee's or its contractor's construction, maintenance, modification, reconstruction,repair,renewal, revision,relocation, or removal of Licensee's Facilities, including,but not limited to supervision, inspection, and flagging services. In the event Licensor provides such Safety Measures, Licensor shall submit an itemized invoice to Licensee's notice recipient listed in the NOTICES" Article of this Agreement. Licensee shall pay to Licensor the total amount listed on such invoice within thirty(30) days of Licensee's receipt of such invoice. Licensor will give as much notice as is feasible recognizing such costs must by authorized by Licensee's City Council and funds must be appropriated. Section S. MODIFICATIONS TO LICENSEE'S FACILITIES. A. This grant is subject to Licensor's safe and efficient operation of its railroad, and continued use and improvement of Railroad Property (collectively, "Railroad's Use"). Accordingly, Licensee shall, at its sole cost and expense,modify,reconstruct,repair,renew,revise,relocate, or remove individually, "Modification", or collectively, "Modifications") all or any portion of Licensee's Facilities as Licensor may designate or identify,in its reasonable discretion,in the furtherance of Railroad's Use. B. Upon any Modification of all or any portion of Licensee's Facilities to another location on Railroad Property, Licensor and Licensee shall execute a Supplemental Agreement to this Pipeline Agreement to document the Modification(s) to Licensee's Facilities on Railroad Property. If the Modifications result in Licensee's Facilities moving off of Railroad Property, this Agreement will terminate upon Licensee's completion of such Modification(s) and all requirements contained within the TERMINATION; REMOVAL OF LICENSEE'S FACILITIES" Section of this Exhibit B. Any such Modification(s) off of Railroad Property will not release Licensee from any liability or other obligation of Licensee arising prior to and upon completion of any such Modifications to the Licensee's Facilities. Section 9. RESTORATION OF RAILROAD PROPERTY. In the event Licensee, in any manner moves or disturbs any property of Licensor in connection with the construction, maintenance, modification, reconstruction, repair, renewal, revision, relocation, or removal of Licensee's Facilities, then,Licensee shall, as soon as possible and at Licensee's sole cost and expense, restore Licensor's property to the same condition as the same were before such property was moved or disturbed. Section 10. INDEMNITY. A. Definitions.As used in this Section: 1.Licensor" includes Licensor, its affiliates, its and their officers, directors, agents and employees, and other railroad companies using Railroad Property at or near the location of Licensee's installation and their officers, directors, agents, and employees. 2.Licensee" includes Licensee and its agents, contractors, subcontractors, sub-subcontractors, employees, officers, and directors, or any other person or entity acting on its behalf or under its control. 3.Loss" includes claims, suits, taxes, loss, damages (including punitive damages, statutory damages, and exemplary damages), costs, charges, assessments, judgments, settlements, liens, demands, actions, causes of action,fines,penalties, interest, and expenses of any nature, including court costs, reasonable attorneys' fees and expenses,investigation costs, and appeal expenses. B. Licensee shall, to the extent allowed by law and the Texas Constitution, release, defend, indemnify, and hold harmless Licensor from and against any and all Loss, even if groundless, fraudulent, or false, that directly or indirectly arises out of or is related to Licensee's construction, maintenance, modification, reconstruction, repair,renewal, revision,relocation, removal, presence, use, or operation of Licensee's Facilities,including,but not limited to, any actual or alleged: 1.Bodily harm or personal injury(including any emotional injury or disease) to, or the death of, any person(s),including, but not limited to,Licensee,Licensor, any telecommunications company, or the agents, contractors, subcontractors, sub-subcontractors, or employees of the foregoing; 2.Damage to or the disturbance, loss, movement, or destruction of Railroad Property, including loss of use and diminution in value, including,but not limited to, any telecommunications system(s) or fiber optic cable(s) on or near Railroad Property, any property of Licensee or Licensor, or any property in the care, custody, or control of Licensee or Licensor; 3.Removal of person(s) from Railroad Property; 4.Any delays or interference with track or Railroad's Use caused by Licensee's activity(ies) on Railroad Property, including without limitation the construction, maintenance, modification, reconstruction, repair, renewal, revision, relocation, or removal of Licensee's Facilities or any part thereof, any activities, labor, materials, equipment, or machinery in conjunction therewith; 5.Right(s) or interest(s) granted pursuant to this Agreement; 6.Contents escaping from Licensee's Facilities, including without limitation any actual or alleged pollution, contamination,breach, or environmental Loss; 7.Licensee's breach of this Agreement or failure to comply with its provisions, including, but not limited to, any violation or breach by Licensee of any representations and warranties Licensee has made in this Agreement; and 8. Violation by Licensee of any law, statute, ordinance, governmental administrative order, rule, or regulation, including without limitation all applicable Federal Railroad Administration regulations. C. THE FOREGOING OBLIGATIONS SHALL APPLY TO THE FULLEST EXTENT PERMITTED BY LAW AND THE TEXAS CONSTITUTION FOR THE BENEFIT OF LICENSOR, EXCEPT WHERE THE LOSS IS CAUSED BY THE SOLE, ACTIVE AND DIRECT NEGLIGENCE, GROSS NEGLIGENCE, OR WILLFUL MISCONDUCT OF LICENSOR AS DETERMINED IN A FINAL JUDGMENT BY A COURT OF COMPETENT JURISDICTION. Section 11. TERMINATION; REMOVAL OF LICENSEE'S FACILITIES. A. If Licensee does not use the right herein granted on Licensee's Facilities for one (1) year, or if Licensee continues in default in the performance of any provision of this Agreement for a period of thirty (30) days after written notice from Licensor to Licensee specifying such default, Licensor may, at its sole discretion, terminate this Agreement by written notice to Licensee at the address listed in the NOTICES" Article of this Agreement. This Agreement will not terminate until Licensee complies with Paragraphs "C" and"D" of this Section found below. B. Intentionally Deleted. C. Prior to the effective date of any termination described in this Section, Licensee shall submit an application to Licensor's online Utility Contracts System at hLtps://www.Wrr.com/renl/ucs/jas/#/home for Licensee's removal, or if applicable, abandonment in place of Licensee's Facilities located on Railroad Property ("Removal/Abandonment Work"). Upon the UP Engineering Representative's approval of Licensee's application for the Removal/Abandonment Work, Licensor and Licensee shall execute a separate consent document that will govern Licensee's performance of the Removal/Abandonment Work from those portions of Railroad Property not occupied by roadbed and/or trackage Consent Document"). Licensor shall then restore the impacted Railroad Property to the same or reasonably similar condition as it was prior to Licensee's installation of Licensee's Facilities.For purposes of this Section, Licensee's (i) performance of the Removal/Abandonment Work, and(ii) restoration work will hereinafter be collectively referred to as the "Restoration Work". D. Following Licensee's completion of the Restoration Work, Licensee shall provide a written certification letter to Licensor at the address listed in the "NOTICES" Article of this Agreement which certifies that the Restoration Work has been completed in accordance with the Consent Document. Licensee shall report to governmental authorities, as required by law, and notify Licensor immediately if any environmental contamination is discovered during Licensee's performance of the Restoration Work. Upon discovery, the Licensee shall initiate any and all removal, remedial and restoration actions that are necessary to restore the property to its original,uncontaminated condition. Licensee shall provide written certification to Licensor at the address listed in the "NOTICES" Article of this Agreement that environmental contamination has been remediated and the property has been restored in accordance with Licensoe's requirements. Upon Licensor's receipt of Licensee's restoration completion certifications, this Agreement will terminate. E. In the event that Licensee fails to complete any of the Restoration Work, Licensor may, but is not obligated,to perform the Restoration Work and seek reimbursement from Licensee. F.Termination of this Agreement for any reason will not affect any of rights or obligations of the parties which may have accrued, or liabilities or Loss (defined in the "INDEMNITY" Section of this Exhibit B), accrued or otherwise,which may have arisen prior to such termination. EXIIIBIT C INSURANCE REQUIREMENTS In accordance with Article 5 of this Agreement,Licensee shall(1)procure and maintain at its sole cost and expense, or (2) require its contractors and subcontractors to procure and maintain, at their sole cost and expense,the following insurance coverage: A. Commercial General Liability Insurance. Commercial general liability (CGL) with a limit of not less than $2,000,000 each occurrence and an aggregate limit of not less than $4,000,000. CGL insurance must be written on ISO occurrence form CG 00 01 12 04 (or a substitute form providing equivalent coverage). The policy must also contain the following endorsement, WHICH MUST BE STATED ON THE CERTIFICATE OF INSURANCE: Contractual Liability Railroads ISO form CG 24 17 10 01 (or a substitute form providing equivalent coverage) showing "Union Pacific Railroad Company Property" as the Designated Job Site. B. Business Automobile Coverage Insurance. Business auto coverage written on ISO form CA 00 01 10 01 (or a substitute form providing equivalent liability coverage)with a limit of not less $2,000,000 for each accident, and coverage must include liability arising out of any auto (including owned,hired, and non-owned autos). The policy must contain the following endorsements, WHICH MUST BE STATED ON THE CERTIFICATE OF INSURANCE: Coverage For Certain Operations In Connection With Railroads" ISO form CA 20 70 10 01 (or a substitute form providing equivalent coverage) showing "Union Pacific Railroad Company Property" as the Designated Job Site. C. Workers' Compensation and Employers' Liability Insurance. Coverage must include but not be limited to: Licensee's statutory liability under the workers' compensation laws of the state(s) affected by this Agreement. Employers' Liability (Part B) with limits of at least $500,000 each accident, $500,000 disease policy limit$500,000 each employee. If Licensee is self-insured, evidence of state approval and excess workers' compensation coverage must be provided. Coverage must include liability arising out of the U. S. Longshoremen's and Harbor Workers'Act, the Jones Act, and the Outer Continental Shelf Land Act,if applicable. D. Environmental Liability Insurance. Environmental Legal Liability Insurance (ELL) applicable to bodily injury, property damage, including loss of use of damaged property or of property that has not been physically injured or destroyed, cleanup costs, and defense, including costs and expenses incurred in the investigation, defense, or settlement of claims, or compliance with statute, all in connection with any loss arising from the insured's performance under this Agreement. Except with respect to the limits of insurance, and any rights or duties specifically assigned to the first named insured, this insurance must apply as if each named insured were the only named insured; and separately to the additional insured against which claim is made or suit is brought. Coverage shall be maintained in an amount of at least$2,000,000 per loss,with an annual aggregate of at least$4,000,000. Any retroactive date applicable to ELL insurance coverage under the policy must be the same as or precedes the Effective Date of this Agreement, and continuous coverage must be maintained for a period of five (5) years beginning from the time the work under this Agreement is completed or if coverage is cancelled for any reason the policies extended discovery period, if any, will be exercised for the maximum time allowed. E. Railroad Protective Liability Insurance. Licensee must maintain for the duration of work "Railroad Protective Liability" insurance written on ISO occurrence form CG 00 35 12 04 (or a substitute form providing equivalent coverage) on behalf of Licensor only as named insured,with a limit of not less than $2,000,000 per occurrence and an aggregate of $6,000,000. The definition of "JOB LOCATION" and "WORK" on the declaration page of the policy shall refer to this Agreement and shall describe all WORK or OPERATIONS performed under this Agreement. Notwithstanding the foregoing, Licensee does not need Railroad Protective Liability Insurance after its initial construction work is complete and all excess materials have been removed from Licensor's property; PROVIDED, however, that Licensee shall procure such coverage for any subsequent maintenance, repair,renewal,modification, reconstruction,or removal work on Licensee's Facilities. F. Umbrella or Excess Insurance. If Licensee utilizes umbrella or excess policies, and these policies must"follow form" and afford no less coverage than the primary policy. Other Requirements G. All policy(ies) required above (except business automobile, workers' compensation and employers' liability) must include Licensor as "Additional Insured" using ISO Additional Insured Endorsement CG 20 26 (or substitute forms)providing equivalent coverage). The coverage provided to Licensor as additional insured shall not be limited by Licensee's liability under the indemnity provisions of this Agreement. BOTH LICENSOR AND LICENSEE EXPECT THAT LICENSOR WILL BE PROVIDED WITH THE BROADEST POSSIBLE COVERAGE AVAILABLE BY OPERATION OF LAW UNDER ISO ADDITIONAL INSURED FORM CG 20 26. H. Punitive damages exclusion, if any, must be deleted (and the deletion indicated on the certificate of insurance), unless (a) insurance coverage may not lawfully be obtained for any punitive damages that may arise under this Agreement, or (b) all punitive damages are prohibited by all states in which this Agreement will be performed. I.Licensee waives all rights of recovery, and its insurers also waive all rights of subrogation of damages against Licensor and its agents, officers, directors and employees for damages covered by the workers' compensation and employers' liability or commercial umbrella or excess liability obtained by Licensee required in this Agreement, where permitted by law. This waiver must be stated on the certificate of insurance. J.All insurance policies must be written by a reputable insurance company acceptable to Licensor or with a current Best's Insurance Guide Rating of A- and Class VII or better, and authorized to do business in the state(s)in which the work is to be performed. K. The fact that insurance is obtained by Licensee will not be deemed to release or diminish the liability of Licensee, including, without limitation, liability under the indemnity provisions of this Agreement. Damages recoverable by Licensor from Licensee or any third party will not be limited by the amount of the required insurance coverage. L. Licensee is allowed to retain (self-insure) in whole or in part any insurance obligation under this Agreement. Any retention shall be for the account of Licensee. If Licensee elects to retain self-insure) in whole or in part any insurance required by the Agreement Licensee agrees that it shall provide Railroad with the same coverage that would have been provided to it by the required commercial insurance forms had Licensee obtained commercial insurance. For all coverage not retained (not self- insured) Licensee shall furnish Railroad with certificates(s) of insurance, executed by a duly authorized representative of each insurer, showing compliance with the insurance requirements in this Agreement. Folder No. 3274-48 EXHIBIT D CONTRACTOR'S RIGHT OF ENTRY AGREEMENT Mile Post: 242.39, Ft. Worth Subdivision Location:Fort Worth,Tarrant County,Texas This CONTRACTOR'S RIGHT OF ENTRY AGREEMENT ("Agreement") is made and entered into as of the 12th day of October 2021 ("Effective Date"), by and between UNION PACIFIC RAILROAD COMPANY, a Delaware corporation, to be addressed at 1400 Douglas Street, MS 1690, Omaha, Nebraska 68179 ("Railroad"), and Commerce Construction Co. L.P. to I be addressed at 13191 Crossroads Pkwy, N., 6th Floor, City of Industry, CA 91746 ("Contractor"). f RECITALS: A. Railroad and City of Forth Worth ("Licensee"), entered into that certain Pipeline Agreement dated lP- :?'I- a©a l , identified in Railroad's records as Folder No. 3274-48, including any amendments or supplements thereto ("Railroad Agreement"), covering Licensee's construction, maintenance, and operation of an underground 12 inch PVC pipeline encased in a 20 inch steel casing for transporting and conveying water only, including any appurtenances required for the operation of said pipeline (collectively, "Licensee's Facilities"), across Railroad's real property, trackage, or other facilities located in Fort Worth, Tarrant County, State of Texas ("Railroad Property"). The specific specifications and limited purpose for Licensee's Facilities on, along, across and under Railroad Property are described in and shown on the Print and Specifications dated September 23, 2021, attached hereto as Exhibit A and made a part hereof. B. Contractor has been hired by Licensee to perform 12" Public Water Line Utility installation on Licensee's Facilities located on Raiiroad Property("vv oriC). C. Railroad is willing to permit Contractor to perform the Work subject to the terms and conditions of this Agreement. IT IS MUTUALLY AGREED BY AND BETWEEN THE PARTIES HERETO AS FOLLOWS: Article 1.DEFINITION OF CONTRACTOR. For purposes of this Agreement, all references in this Agreement to Contractor will include Contractor's contractors, subcontractors, officers, agents and employees, and others acting under its or their authority. Article 2.RAILROAD GRANTS RIGHT. Railroad hereby grants to Contractor during the Term (defined below), and subject to the terms and conditions of this Agreement,to enter upon and have ingress to and egress from Railroad Property for the sole purpose of performing the Work. Contractor acknowledges and agrees that Contractor's I performance of the Work is strictly limited to the Work described in this Agreement, or as designated by Railroad's Field Representatives. Article 3.TERM; TERMINATION. A. This Agreement will commence on the Effective Date and will continue for one (1) year from the Effective Date, or until such time as Contractor completes the Work, whichever is earlier Term"). Contractor agrees to notify the Railroad's Field Representatives in writing when it has completed the Work. B. Notwithstanding the foregoing, this Agreement may be terminated by either party on ten 10) days written notice to the other party. Article 4.CONTRACTOR'S COMPLIANCE WITH GENERAL TERMS. Contractor represents and warrants that Contractor will strictly comply with all terms and conditions set forth herein,including the General Terms and Conditions, attached hereto as Exhibit B and made a part hereof,in its performance of the Work. Article 5.CONTRACTOR'S COSTS FOR PERFORMANCE OF THE WORK. Contractor shall bear the entire cost and expense of performing the Work, including reimbursement of any costs set forth in the "CONTRACTOR'S PAYMENT OF EXPENSES" Section of Exhibit B of this Agreement. Article 6.INSURANCE. A. During the Term of this Agreement, Contractor shall fully comply or cause its contractor(s)to fully comply with the insurance requirements described in Exhibit C, attached hereto and made a part hereof. Contractor shall send copies of all insurance documentation (e.g., certificates, endorsements, etc.)to Railroad at the address listed in the "NOTICES" Section of this Agreement. B. If Contractor is subject to statute(s) limiting its insurance liability and/or limiting its ability to obtain insurance in compliance with Exhibit C of this Agreement,those statutes shall apply. Article 7.ATTORNEYS' FEES,EXPENSES,AND COSTS. If litigation or other court action or similar adjudicatory proceeding is undertaken by Contractor or Railroad to enforce its rights under this Agreement, all fees, costs, and expenses, including, without limitation, reasonable attorneys' fees and court costs, of the prevailing Party in such action, suit, or proceeding shall be reimbursed or paid by the Party against whose interest the judgment or decision is rendered. The provisions of this Article shall survive the termination of this Agreement. Article 8.DISMISSAL OF CONTRACTOR'S EMPLOYEE. At the request of Railroad, Contractor may remove from Railroad Property any employee of Contractor who fails to conform to the instructions of Railroad's Field Representatives in connection with the Work, and any right of Contractor shall be suspended until such removal has occurred. Article 9.ADMINISTRATIVE FEE. Upon execution of this Agreement, Contractor shall pay to Railroad a one-time administrative fee of One Thousand Dollars ($1,000.00), as reimbursement for Railroad's administrative processing of this Agreement. Article 10. NO ADDITIONAL CROSSINGS GRANTED. No additional vehicular crossings (including temporary haul roads) or pedestrian crossings over Railroad Property will be installed by or used by Contractor without the prior written approval of Railroad. Article 11. WAIVER OF BREACH. The waiver by Contractor of the breach of any condition, covenant or agreement herein contained to be kept, observed and performed by Contractor shall in no way impair the right of Railroad to avail itself of any remedy for any subsequent breach thereof. Article 12. ASSIGNMENT. A. Contractor shall not assign this Agreement, in whole or in part, or any rights herein granted, without the written consent of Railroad, which must be requested in writing by Contractor. Any assignment or attempted transfer of this Agreement or any of the rights herein granted,whether voluntary, by operation of law, or otherwise, without Railroad's written consent, will be absolutely void and may result in Railroad's termination of this Agreement pursuant to the "TERM; TERMINATION" Section of this Agreement B. Upon Railroad's written consent to any assignment, this Agreement will be binding upon and inure to the benefit of the parties thereto, successors,heirs, and assigns, executors, and administrators. Article 13. SEVERABILITY. Any provision of this Agreement which is determined by a court of competent jurisdiction to be invalid or unenforceable shall be invalid or unenforceable only to the extent of such determination, which shall not invalidate or otherwise render ineffective any other provision of this Agreement. Article 14. NOTICES. Except Contractor's commencement of work notice(s)required under Exhibit B, all other notices required by this Agreement must be in writing, and (i)personally served upon the business address listed below ("Notice Address"), (ii) sent overnight via express delivery by a nationally recognized overnight delivery service such as Federal Express Corporation or United Parcel Service to the Notice Address, or iii) by certified mail,return receipt requested to the Notice Address. Overnight express delivery notices will be deemed to be given upon receipt. Certified mail notices will be deemed to be given three(3) days after deposit with the United States Postal Service. If to Railroad: Union Pacific Railroad Company Attn: Analyst—Real Estate Utilities (Folder No. 3274-48) 1400 Douglas Street,MS 1690 Omaha,Nebraska 68179 If to Contractor: Commerce Construction Co. L.P. Legal Entity Name Attn: Dan Bell 131 E. Exchange Avenue, Suite 220 Fort Worth, TX 76164 IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed as of the Effective Date. UNION PACIFIC RAILROAD COMPANY, COMMERCE CONSTRUCTION CO. L.P. a Delaware corpor tion LEGAL TITY NAME By: By: Dan Bell Title: Title: VP, District Manager 972-232-3763 Manager-.Real Estate dbell@commercelp.com Union Pacific Railroad Company NON - FLAMMABLE LIQUID CROSSING PIPELINE ENCROACHMENT BOTH A - --UPRR R.0.W.------------------------- -- 3211FT I 2069FT. cn 1,153 3,372 co CD F T.I F T. CD W W 501Y81.8 DEG. z I c ANGLE Of I J ' Z CROSSING IL D------------ WIN -- C/L 0 ESCRIBE i " DESCRIBE FIXEDSD OBJECT 1 FIXED OBJECT v C& UIVert TRACK i W.OffIfrl6Wf 501 NORTH ARROW----------------- UPRR R.0.W. -------------------------A PLAN SCALE: NONE o OUTER OUTER i TRACK TRACK 50FT.i 50 FT. I11O`FT. 50 FT. 0 fT. 50 FT. VENT PIPE 1 I 5 0 TOTAL TRACKS ' FT. GROUND 50 FT. i FT° SURFACE DRAINAGE i DITCH 8 FT. n/aFT. Ida-FT. CASING PIPE SECT ION -A-)CARRIER PIPE SCALE: NONE LONGITUDINAL PIPE NOTES: ENCROACHMENT 1)ALL DIMENSIONS MEASURED PERPENDICULAR TO THE CENTERLINE OF TRACK. 2)REFER TO AREMA VOLUME 1,CHAPTER 1,PART 5,SECTION 5.3. A) METHOD OF INSTALLATION Bore B) DIST. FROM CENTERLINE OF TRACK TO PIPE ENCROACHMENT 11/a_. BUILDING AMERICA® C) SIGNS PROVIDED? n a D) CARRIER MATERIAL DIP IF RCP, CLASS V? is COMMODITY TO BE CONVEYED Water EXHIBIT "A" OPERATIONAL PRESSURE _-95— PSI. MAOP PSI. WALL THICKNESS (INCH)/ SCHEDULE AWWA Csoo, DIAMETER 12 IN. SUBDIVISION: Ft.Worth Sub. CATHODIC/COATING PROTECTION TRACK TYPE: Single E) CASING MATERIAL Steel IF RCP, CLASS V? • M.P.: 242.39 LAT.: 32.622818 TOTAL LENGTH CASING PIPE: 100 FT. E.S.M.: 5778+42 LONG.: _ WALL THICKNESS 0.300 IN. DIAMETER 24 IN 97.332779 CATHODIC/COATING PROTECTION Coal-tar NEAREST CITY: COUNTY:STATE: CASING PIPE ISSea-ledAT THE ENDS. Fort Worth Tarrant Texas F) DISTANCE FROM CENTERLINE OF TRACK TO NEAR FACE OF BORING AND JACKING PITS WHEN MEASURED AT RIGHT ANGLES APPLICANT: City of Fort Worth 50' AND >50'. FILE NO.: 3274-48 DATE: 9 /23/ 21 EXHIBIT B TO THE CONTRACTORS RIGHT OF ENTRY GENERAL TERMS AND CONDITIONS Section 1. LIMITATION AND SUBORDINATION OF RIGHTS GRANTED. A. The foregoing grant is subject and subordinate to the prior and continuing right and obligation of Railroad to use and maintain its entire property including the right and power of Railroad to construct, maintain, repair, renew, use, operate, change, modify or relocate railroad tracks, signal, communication, fiber optics, or other wirelines,pipelines and other facilities upon, along or across any or all parts of its property, all or any of which may be freely done at any time or times by Railroad without liability to Contractor or to any other party for compensation or damages. B. The foregoing grant is also subject to all outstanding superior rights (including those in favor of licensees and lessees of Railroad Property) and the right of Railroad to renew and extend the same, and is made without covenant of title or for quiet enjoyment. It shall be Contractor's sole obligation to obtain such additional permission, license and grants necessary on account of any such existing rights. Section 2. NOTICE OF COMMENCEMENT OF WORK; EMERGENCIES. A. Contractor is strictly prohibited from commencing any Work on Licensee's Facilities without Railroad's written approval that the work will be in strict compliance with (i) the ENGINEERING REQUIREMENTS; PERMITS" Section of the Railroad Agreement, and (ii) this Exhibit B. Upon Railroad's approval, Contractor shall contact Railroad's Field Representatives at least ten(10)days before commencement of any Work on Licensee's Facilities. B. Contractor shall not commence any work until: (1) Railroad has determined whether flagging or other special protective or safety measures ("Safety Measures") are required for performance of the Work pursuant to the "FLAGGING" Section of this Exhibit B and provided Contractor written authorization to commence the Work; and (2) Contractor has complied with the "PROTECTION OF FIBER OPTIC CABLE SYSTEMS" Section of this Exhibit B. C. If, at any time, an emergency arises involving Licensee's Facilities, Contractor shall immediately contact Railroad's Response Management Communications Center at(888) 877-7267. Section 3. FLAGGING. A. Following Contractor's notice to Railroad's Field Representatives required under the NOTICE OF COMMENCEMENT OF WORK; EMERGENCIES" Section of this Exhibit B, Railroad shall inform Contractor if Safety Measures are required for performance of the Work. If Safety Measures are required, no work of any kind may be performed by Contractor or its contractor(s)until arrangements for the Safety Measures have been made and scheduled. If no Safety Measures are required,Railroad will give Contractor written authorization to commence the Work. B. If any Safety Measures are performed or provided by Railroad, including but not limited to flagging, Railroad shall bill Contractor for such expenses incurred by Railroad, unless Railroad and a federal, state, or local governmental entity have agreed that Railroad is to bill such expenses to the federal, state, or local governmental entity. Additional information regarding the submission of such expenses by Railroad and payment thereof by Contractor can be found in the "CONTRACTOR'S PAYMENT OF EXPENSES" Section of this Exhibit B. If Railroad performs any Safety Measures, Contractor agrees that Contractor is not relieved of any of responsibilities or liabilities set forth in this Agreement. C. For flagging,the rate of pay per hour for each flagger will be the prevailing hourly rate in effect for an eight-hour day for the class of flagmen used during regularly assigned hours and overtime in accordance with Labor Agreements and Schedules in effect at the time the work is performed. In addition to the cost of such labor, a composite charge for vacation, holiday, health and welfare, supplemental sickness, Railroad Retirement and unemployment compensation, supplemental pension, Employees Liability and Property Damage, and Administration will be included, computed on actual payroll. The composite charge will be the prevailing composite charge in effect at the time the work is performed. One and one-half times the current hourly rate is paid for overtime, Saturdays and Sundays, and two and one-half times current hourly rate for holidays. Wage rates are subject to change, at any time, by law or by agreement between Railroad and its employees, and may be retroactive as a result of negotiations or a ruling of an authorized governmental agency. Additional charges on labor are also subject to change. If the wage rate or additional charges are changed, Contractor (or the governmental entity, as applicable) shall pay on the basis of the new rates and charges. D. Reimbursement to Railroad will be required covering the full eight-hour day during which any flagger is furnished,unless the flagger can be assigned to other railroad work during a portion 1 of such day, in which event reimbursement will not be required for the portion of the day during which the flagger is engaged in other railroad work. Reimbursement will also be required for any day not actually worked by the flaggers following the flaggers' assignment to work on the project for which Railroad is required to pay the flaggers and which could not reasonably be avoided by Railroad by j assignment of such flaggers to other work, even though Contractor may not be working during such time. When it becomes necessary for Railroad to bulletin and assign an employee to a flagging position in compliance with union collective bargaining agreements, Contractor must provide Railroad a minimum of five (5) days notice prior to the cessation of the need for a flagger. If five (5) days notice of cessation is not given, Contractor will still be required to pay flagging charges for the days the flagger was scheduled, even though flagging is no longer required for that period.An additional ten(10) days notice must then be given to Railroad if flagging services are needed again after such five day cessation notice has been given to Railroad. Section 4. SAFETY. A. Safety of personnel, property, rail operations and the public is of paramount importance in the prosecution of any work on Railroad Property performed by Contractor, and takes precedence over any Work on Licensee's Facilities to be performed by Contractor. Contractor shall be responsible for initiating, maintaining and supervising all safety operations and programs in connection with any Work on Licensee's Facilities. Contractor and its contractor shall, at a minimum comply, with Railroad's then current safety standards located at the below web address ("Railroad's Safety Standards") to ensure uniformity with the safety standards followed by Railroad's own forces. As a part of Contractor's safety responsibilities, Contractor shall notify Railroad if it determines that any of Railroad's Safety Standards are contrary to good safety practices. Contractor shall furnish copies of Railroad's Safety Standards to each of its employees before they enter Railroad Property. i http://wNvw.up.com/cs/groups/public/na,uprr/a,asunpliers/documents/up Of nativedocs/pdf up supplier safety req.pdfl I 1 B. Contractor shall keep the job site on Railroad Property free from safety and health hazards and ensure that their employees are competent and adequately trained in all safety and health aspects of the Work. C. Contractor represents and warrants that all parts of Licensee's Facilities within and outside of the limits of Railroad Property will not interfere whatsoever with the constant, continuous, and uninterrupted use of the tracks, property, and facilities of Railroad, and nothing shall be done or suffered to be done by Contractor at any time that would in any manner impair the safety thereof. D. Railroad's operations and work performed by Railroad's personnel may cause delays in Contractor's or its contractor's Work on Licensee's Facilities. Contractor accepts this risk and agrees that Railroad shall have no liability to Contractor or any other person or entity for any such delays. Contractor must coordinate any work on Railroad Property by Contractor or any third party with Railroad's Field Representatives in strict compliance with the "NOTICE OF COMMENCEMENT OF WORK; EMERGENCIES" Section of this Exhibit B. E. Railroad shall have the right, if it so elects, to provide any support it deems necessary for the safety of Railroad's operations and trackage during Contractor's performance of the Work on Licensee's Facilities. In the event Railroad provides such support, Railroad shall invoice Contractor, and Contractor shall pay Railroad as set forth in the "CONTRACTOR'S PAYMENT OF EXPENSES" Section of this Exhibit B. Section S. PROTECTION OF FIBER OPTIC CABLE SYSTEMS. Fiber optic cable systems may be buried on Railroad Property. Protection of the fiber optic cable systems is of extreme importance since any break could disrupt service to users resulting in business interruption and loss of revenue and profits. In addition to the notifications required under the "NOTICE OF COMMENCEMENT OF WORK; EMERGENCIES" Section of this Exhibit B, Contractor shall telephone Railroad during normal business hours (7:00 a.m. to 9:00 p.m. Central Time, Monday through Friday, except for holidays) at 1-800-336-9193 (also a 24-hour, 7-day number for emergency calls) to determine if fiber optic cable is buried anywhere on Railroad Property to be used by Contractor. If it is, Contractor shall telephone the telecommunications company(ies) involved, and arrange for a cable locator, make arrangements for relocation or other protection of the fiber optic cable, all at Contractor's expense, and will not commence any work on Railroad Property until all such protection or relocation has been completed. Section 6. CONTRACTOR'S PAYMENT OF EXPENSES. A. Contractor shall bear the entire cost and expense of performing the Work on Licensee's Facilities,including reimbursement of any costs set forth in this Exhibit B. B. Contractor shall fully pay for all materials joined, affixed to and labor performed on Railroad Property in connection with the Work on Licensee's Facilities, and shall not permit or suffer any mechanic's or materialman's lien of any kind or nature to be enforced against the property for any work done or materials furnished thereon at the instance or request or on behalf of Contractor. Contractor shall promptly pay or discharge all taxes, charges, and assessments levied upon, in respect to, or on account of Licensee's Facilities, to prevent the same from becoming a charge or lien upon any property of Railroad, and so that the taxes, charges, and assessments levied upon or in respect to such property shall not be increased because of the location, construction, or maintenance of Licensee's Facilities or any improvement, appliance, or fixture connected therewith placed upon such property, or on account of Contractor's interest therein. Where such tax, charge, or assessment may not be separately made or assessed to Contractor but shall be included in the assessment of the property of Railroad, then Contractor shall pay to Railroad an equitable proportion of such taxes determined by the value of Contractor's property upon property of Railroad as compared with the entire value of such property. C. As set forth in the "FLAGGING" Section of this Exhibit B, Contractor shall have the right, if it so elects,to provide any Safety Measures Railroad deems necessary for the safety of Railroad's operations and trackage during Contractor's or its contractor's performance of the Work on Licensee's Facilities, including, but not limited to supervision, inspection, and flagging services. In the event Railroad provides such Safety Measures, Railroad shall submit an itemized invoice to Contractor's notice recipient listed in the "NOTICES" Article of this Agreement. Contractor shall pay to Railroad the total amount listed on such invoice within thirty(30) days of Contractor's receipt of such invoice. Section 7. RESTORATION OF RAILROAD'S PROPERTY. In the event Contractor, in any manner moves or disturbs any property of Railroad in connection with performance of the Work on Licensee's Facilities, then, Contractor shall, as soon as possible and at Contractor's sole cost and expense, restore Railroad's property to the same condition as the same were before such property was moved or disturbed. Section 8. INDEMNITY. A. Definitions.As used in this Section: 1.Railroad" includes Railroad, its affiliates, its and their officers, directors, agents and employees, and other railroad companies using Railroad Property at or near the location(s) of Licensee's Facilities and their officers, directors, agents, and employees. 2.Contractor" includes Contractor and its agents, contractors, subcontractors, sub-subcontractors, employees, officers, and directors, or any other person or entity acting on its behalf or under its control. 3.Loss" includes claims, suits, taxes, loss, damages (including punitive damages, statutory damages, and exemplary damages), costs, charges, assessments, judgments, settlements, liens, demands, actions, causes of action, fines,penalties, interest, and expenses of any nature, including court costs, reasonable attorneys' fees and expenses,investigation costs, and appeal expenses. B. Contractor shall release, defend, indemnify, and hold harmless Railroad from and against any and all Loss, even if groundless, fraudulent, or false, that directly or indirectly arises out of or is related to Contractor's performance of the Work on Licensee's Facilities,including, but not limited to, any actual or alleged: 1.Bodily harm or personal injury (including any emotional injury or disease) to, or the death of, any person(s), including, but not limited to, Contractor, Railroad, any telecommunications company, or the agents, contractors, subcontractors, sub-subcontractors, or employees of the foregoing; 2.Damage to or the disturbance, loss, movement, or destruction of Railroad Property, including loss of use and diminution in value, including, but not limited to, any telecommunications system(s) or fiber optic cable(s) on or near Railroad Property, any property of Contractor or Railroad, or any property in the care, custody, or control of Contractor or Railroad; 3.Removal of person(s) from Railroad Property; 4.Any delays or interference with track or Railroad's railroad operations caused by Contractor's activity(ies) on Railroad Property, including without limitation the construction, maintenance, modification, reconstruction, repair, renewal, revision, relocation, or removal of Licensee's Facilities or any part thereof, any activities,labor,materials, equipment, or machinery in conjunction therewith; 5.Right(s) or interest(s) granted pursuant to this Agreement; 6.Contents escaping from Licensee's Facilities, including without limitation any actual or alleged pollution, contamination,breach, or environmental Loss; 7.Contractor's breach of this Agreement or failure to comply with its provisions, including, but not limited to, any violation or breach by Contractor of any representations and warranties Contractor has made in this Agreement; and 8.Violation by Contractor of any law, statute, ordinance, governmental administrative order, rule, or regulation, including without limitation all applicable Federal Railroad Administration regulations. C. THE FOREGOING OBLIGATIONS SHALL APPLY TO THE FULLEST EXTENT PERMITTED BY LAW FOR THE BENEFIT OF RAILROAD TO LOSSES CAUSED BY, ARISING FROM,RELATING TO, OR RESULTING FROM, IN WHOLE OR IN PART,THE NEGLIGENCE OF RAILROAD, AND SUCH NEGLIGENCE OF RAILROAD SHALL NOT LIMIT, DIMINISH, OR PRECLUDE CONTRACTOR'S OBLIGATIONS TO RAILROAD IN ANY RESPECT. NOTWITHSTANDING THE FOREGOING, SUCH OBLIGATION TO INDEMNIFY SHALL NOT APPLY TO THE EXTENT THE LOSS IS CAUSED BY THE SOLE, ACTIVE AND DIRECT NEGLIGENCE, GROSS NEGLIGENCE, OR WILLFUL MISCONDUCT OF RAILROAD AS DETERMINED IN A FINAL JUDGMENT BY A COURT OF COMPETENT JURISDICTION. EXHIBIT C TO THE CONTRACTORS RIGHT OF ENTRY INSURANCE REQUIREMENTS In accordance with Article 6 of this Agreement, Contractor shall (1) procure and maintain at its sole cost and expense, or (2) require its contractors and subcontractors to procure and maintain, at their sole cost and expense,the following insurance coverage: A. Commercial General Liability Insurance. Commercial general liability (CGL) with a limit of not less than $2,000,000 each occurrence and an aggregate limit of not less than $4,000,000, CGL insurance must be written on ISO occurrence form CG 00 01 12 04 (or a substitute form providing equivalent coverage). The policy must also contain the following endorsement,WHICH MUST BE STATED ON THE CERTIFICATE OF INSURANCE: Contractual Liability Railroads ISO form CG 24 17 10 01 (or a substitute form providing equivalent coverage) showing "Union Pacific Railroad Company Property" as the Designated Job Site. B. Business Automobile Coverage Insurance. Business auto coverage written on ISO form CA 00 01 10 01 (or a substitute form providing equivalent liability coverage)with a limit of not less $2,000,000 for each accident, and coverage must include liability arising out of any auto (including owned,hired, and non-owned autos). The policy must contain the following endorsements, WHICH MUST BE STATED ON THE CERTIFICATE OF INSURANCE: Coverage For Certain Operations In Connection With Railroads" ISO form CA 20 70 10 01 (or a substitute form providing equivalent coverage) showing "Union Pacific Railroad Company Property" as the Designated Job Site. C. Workers' Compensation and Employers' Liability Insurance. Coverage must include but not be limited to: Contractor's statutory liability under the workers' compensation laws of the state(s) affected by this Agreement. Employers' Liability (Part B) with limits of at least $500,000 each accident, $500,000 disease policy limit$500,000 each employee. If Contractor is self-insured, evidence of state approval and excess workers' compensation coverage must be provided. Coverage must include liability arising out of the U.S. Longshoremen's and Harbor Workers'Act,the Jones Act, and the Outer Continental Shelf Land Act,if applicable. D. Environmental Liability Insurance. Environmental Legal Liability Insurance (ELL) applicable to bodily injury, property damage, including loss of use of damaged property or of property that has not been physically injured or destroyed, cleanup costs, and defense, including costs and expenses incurred in the investigation, defense, or settlement of claims, or compliance with statute, all in connection with any loss arising from the insured's performance under this Agreement. Except with respect to the limits of insurance, and any rights or duties specifically assigned to the first named insured, this insurance must apply as if each named insured were the only named insured; and separately to the additional insured against which claim is made or suit is brought. Coverage shall be maintained in an amount of at least$2,000,000 per loss,with an annual aggregate of at least$4,000,000. Contractor warrants that any retroactive date applicable to ELL insurance coverage under the policy is the same as or precedes the Effective Date of this Agreement, and that continuous coverage will be maintained for a period of five (5) years beginning from the time the Work under this Agreement is completed or if coverage is cancelled for any reason the policies extended discovery period, if any, will be exercised for the maximum time allowed. E. Railroad Protective Liability Insurance. Contractor must maintain for the duration of work "Railroad Protective Liability" insurance written on ISO occurrence form CG 00 35 12 04 (or a substitute form providing equivalent coverage) on behalf of Railroad only as named insured, with a limit of not less than $2,000,000 per occurrence and an aggregate of $6,000,000. The definition of "JOB LOCATION" and "WORK" on the declaration page of the policy shall refer to this Agreement and shall describe all WORK or OPERATIONS performed under this Agreement. Notwithstanding the foregoing, Contractor does not need Railroad Protective Liability Insurance after its initial construction work is complete and all excess materials have been removed from Railroad Property;PROVIDED,however,that Contractor shall procure such coverage for any subsequent maintenance, repair, renewal, modification, reconstruction, or removal work on Licensee's Facilities. F. Umbrella or Excess Insurance. If Contractor utilizes umbrella or excess policies, and these policies must"follow form" and afford no less coverage than the primary policy. Other Requirements G. All policy(ies) required above (except business automobile, workers' compensation and employers' liability) must include Railroad as "Additional Insured" using ISO Additional Insured Endorsement CG 20 26 (or substitute form(s) providing equivalent coverage). The coverage provided to Railroad as additional insured shall not be limited by Contractor's liability under the indemnity provisions of this Agreement. BOTH RAILROAD AND CONTRACTOR EXPECT THAT RAILROAD WILL BE PROVIDED WITH THE BROADEST POSSIBLE COVERAGE AVAILABLE BY OPERATION OF LAW UNDER ISO ADDITIONAL INSURED FORM CG 20 26. H. Punitive damages exclusion, if any, must be deleted (and the deletion indicated on the certificate of insurance), unless (a) insurance coverage may not lawfully be obtained for any punitive damages that may arise under this Agreement, or (b) all punitive damages are prohibited by all states in which this Agreement will be performed. 1.Contractor waives all rights of recovery, and its insurers also waive all rights of subrogation of damages against Railroad and its agents, officers, directors and employees for damages covered by the workers' compensation and employers' liability or commercial umbrella or excess liability obtained by Contractor required in this Agreement, where permitted by law. This waiver must be stated on the certificate of insurance. J.All insurance policies must be written by a reputable insurance company acceptable to Railroad or with a current Best's Insurance Guide Rating of A- and Class VII or better, and authorized to do business in the state(s)in which the Work is to be performed. K. The fact that insurance is obtained by Contractor will not be deemed to release or diminish the liability of Contractor, including, without limitation, liability under the indemnity provisions of this Agreement. Damages recoverable by Railroad from Contractor or any third party will not be limited by the amount of the required insurance coverage. i I 3SS i GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH HErY1PHILL ROAU cRc SIR6EI'A STANDARD CONSTRliCTION SPECIFICATION DOCUMe\TS CITYPROJI;CT NO. 103517 Revised July l, 2011 Approval Spec No. Classsification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra-Seal P-201 ASTM D2240/D412/D792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press-Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH 1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non-traffic area 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowtite ASTM 3753 Non-traffic area 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non-traffic area Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R- 165-LM (Hinged) ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1743-LM (Hinged) ASTM A48 & AASHTO M306 30" dia. 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 33 05 13 Manhole Frames and Covers Neenah Casting 24" dia. 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia. 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 10/14/13 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 A536 30" Dia 06/01/17 34 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. 09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. CAP-ONE-30-FTW, Composite, w/ Lock w/o Hing 30" Dia. 10/07/21 34 05 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. * 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13) * 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48" * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" 10/27/06 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. 48" I.D. Manhole w/ 24" Cone ASTM C 478 48" Diam w 24" Ring 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 09/06/19 33 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Predl Systems 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious * E1-14 Manhole Rehab Systems Quadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP E1-14 Manhole Rehab Systems AP/M Permaform 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 E1-14 Manhole Rehab System (Liner) Poly-triplex Technologies MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639/D790 * E1-14 Manhole Rehab Systems Sun Coast 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) For Exterior Coating of Concrete Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 08/30/06 Coatings for Corrosion Protection Citadel SLS-30 Solids Epoxy Sewer Applications 03/19/18 33 05 16, 33 39 10, 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams RR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion) For Exterior Coating of Concrete Structures Only CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Updated: 11/08/2021 * From Original Standard Products List 1 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Updated: 11/08/2021 Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16) * 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. LifeSaver - Stainless Steel For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casin Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13) * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C151 3" thru 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AWWA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AWWA C150, C151 4" thru 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AWWA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatings/Epoxy 33-39-60 (01/08/13) 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 210RS LA County #210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer - Coatings/Polyurethane Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - Pipes/Concrete * E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL Item #95-Manhole, #98- Pipe ASTM C 76 * E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously Sewer - Pipe/Fiberglass Reinforced Pipe 33-31-13(1/8/13) 7/21/97 33 31 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe (Non-Pressure) ASTM D3262/D3754 03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 Glass-Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 4/14/05 Polymer Modified Concrete Pipe Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V 06/09/10 E1-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Sewer - Pipes/HDPE 33-31-23(1/8/13) * High-density polyethylene pipe Phillips Driscopipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" * High-density polyethylene pipe Plexco Inc. ASTM D 1248 8" * High-density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8" High-density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12" * From Original Standard Products List 2 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Updated: 11/08/2021 Sewer - Pipes/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pipe J-M Manufacturing Co., Inc. (JM Eagle) SDR-26 ASTM D 3034 4" - 15" 12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 ASTM D 3034 4" thru 15" * 33-31-20 PVC Sewer Pipe Lamson Vylon Pipe ASTM F 789 4" thru 15" 01/18/18 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer ASTM D3034 4" thru 15" 11/11/98 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation "S" Gravity Sewer Pipe ASTM F 679 18" to 27" * 33-31-20 PVC Sewer Pipe J-M Manufacturing Co, Inc. (JM Eagle) SDR 26/35 PS 115/46 ASTM F 679 18" - 28" 09/11/12 33-31-20 PVC Sewer Pipe Pipelife Jet Stream SDR-26 and SDR-35 ASTM F-679 18" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation SDR 26/35 PS 115/46 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 and SDR-35 Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15" *33-31-20 PVC Sewer Fittings Plastic Trends, In.c Gasketed PVC Sewer Main Fittings ASTM D 3034 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 35 ASTM F679 18"- 24" 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15" 3/29/2019 33 31 20 Gasketed Fittings (PVC)GPK Products, Inc. SDR 26 ASTM D3034/F-679 4"- 15" 10/21/2020 33 31 20 PVC Sewer Pipe NAPCO SDR 26 ASTM D3034 4" - 15" 10/22/2020 33 31 20 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 10/21/2020 33 31 20 PVC Sewer Pipe NAPCO SDR 26/35 PS 115/46 ASTM F-679 18"- 36" Sewer - Pipes/Rehab/CIPP 33-31-12 (01/18/13) * Cured in Place Pipe Insituform Texark, Inc ASTM F 1216 05/03/99 Cured in Place Pipe National Envirotech Group National Liner, (SPL) Item #27 ASTM F-1216/D-5813 05/29/96 Cured in Place Pipe Reynolds Inc/Inliner Technolgy (Inliner USA) Inliner Technology ASTM F 1216 Sewer - Pipes/Rehab/Fold & Form * Fold and Form Pipe Cullum Pipe Systems, Inc. 11/03/98 Fold and Form Pipe Insituform Technologies, Inc. Insituform "NuPIpe" ASTM F-1504 Fold and Form Pipe American Pipe & Plastics, Inc.Demo. Purpose Only 12/04/00 Fold and Form Pipe Ultraliner Ultraliner PVC Alloy Pipeliner ASTM F-1504, 1871, 1867 06/09/03 Fold and Form Pipe Miller Pipeline Corp. EX Method ASTM F-1504, F-1947 Up to 18" diameter Sewer - Pipes/Open Profile Large Diameter 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Lamson Vylon Pipe Carlon Vylon H.C. Closed Profile Pipe, ASTM F 679 18" to 48" 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Extrusion Technologies, Inc. Ultra-Rib Open Profile Sewer Pipe ASTM F 679 18" to 48" E100-2 PVC Sewer Pipe, Ribbed Uponor ETI Company 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double Wall Advanced Drainage Systems (ADS) SaniTite HP Double Wall (Corrugated) ASTM F 2736 24"-30" 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple Wall Advanced Drainage Systems (ADS) SaniTite HP Triple Wall Pipe ASTM F 2764 30" to 60" 05/16/11 Steel Reinforced Polyethylene Pipe ConTech Construction Products Durmaxx ASTM F 2562 24" to 72" Water - Appurtenances 33-12-10 (07/01/13) 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops-Ball Meter Valves McDonald 6100M,6100MT & 610MT 3/4" and 1" 10/27/87 Curb Stops-Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NL AWWA C800 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-6-NL, FB1600-6-NL, FV23-666-W- NL, L22-66NL AWWA C800 1-1/2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-4-NL, FB1600-4-NL, B11-444-WR- NL, B22444-WR-NL, L28-44NL AWWA C800 1" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-24277N-3, B-20200N-3, H- 15000N, , H-1552N, H142276N AWWA C800, ANSF 61, ANSI/NSF 372 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-20200N-3, B-24277N-3,H- 15000N, H-14276N, H-15525N AWWA C800, ANSF 61, ANSI/NSF 372 1-1/2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-20200N-3,H-15000N, H- 15530N AWWA C800, ANSF 61, ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-1EPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-1EPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-1EPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13) * From Original Standard Products List 3 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Updated: 11/08/2021 Water - Combination Air Release 33-31-70 (01/08/13) * E1-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 240 - float, ASTM A 307 - Cover Bolts 1" & 2" * E1-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2" * E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3" Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American-Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawings No. 6461 A-423 Centurion AWWA C-502 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawing FH-12 A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant Waterous Company Shop Drawing No. SK740803 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13) 01/18/18 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 AWWA C900, AWWA C605, ASTM D1784 4"-12" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24" 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 4"-28" 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO DR18 AWWA C900 16" - 24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO DR14 AWWA C900 4"- 12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"- 12" Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13) 07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AWWA C153 & C110 * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AWWA C 110 * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AWWA C 153, C 110, C 111 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112 02/26/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AWWA C153 4"-12" 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1400 AWWA C111/C153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle-Lock AWWA C111/C153 4" to 24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AWWA C111/C116/C153 4" to 12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C153 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C153 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC10 AWWA C111/C153 4" to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AWWA C111/C153 4" to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AWWA C111/C153 12" to 24" 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AWWA C153 4" - 24" 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) Mechanical Joint Fittings AWWA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AWWA C111 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AWWA C111 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Black For DIP ASTM A536 AWWA C111 3"-48" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC Pipe ASTM A536 AWWA C111 4"-12" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC Pipe ASTM A536 AWWA C111 16"-24" * From Original Standard Products List 4 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Updated: 11/08/2021 Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15) Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36" 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AWWA C515 20" and 24" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AWWA C515 16" 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AWWA C515 4" to 12" 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48" 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12" 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" * E1-26 Resilient Seated Gate Valve M&H 4" - 12" * E1-26 Resilient Seated Gate Valve Mueller Co.4" - 12" 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AWWA C515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AWWA C515 24" and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AWWA C515 30" and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AWWA C515 42" and 48" 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4" - 12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AWWA C515 16" 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AWWA C515 24" and smaller 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3) 11/30/12 Resilient Wedge Gate Valve Clow Valve Co. Clow Valve Model 2638 AWWA C515 24" to 48" (Note 3) 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem, ASTM A 276 Type 304 - Bolts & nuts 4" - 12" * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes 08/24/18 Matco Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16" Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) * E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. AWWA C-504 24" * E1-30 Rubber Seated Butterfly Valve Mueller Co. AWWA C-504 24"and smaller 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AWWA C-504 24" and larger 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AWWA C-504 Up to 84" diameter 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AWWA C-504 24" to 48" 03/19/18 33 12 21 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AWWA C504 Butterfly Valve AWWA C-504 30"-54" Water - Polyethylene Encasement 33-11-10 (01/08/13) 05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AWWA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AWWA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AWWA C105 8 mil LLD 09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AWWA C105 8 mil LLD Water - Sampling Station 3/12/96 Water Sampling Station Water Plus B20 Water Sampling Station Water - Automatic Flusher 10/21/20 Automated Flushing System Mueller Hydroguard HG6-A-IN-2-BRN-LPRR(Portable) HG2-A-IN--2-PVC-018-LPLG(Permanent) 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) * From Original Standard Products List 5