Loading...
HomeMy WebLinkAboutContract 57414-PM1PROJECT MANUAL FOR THE CONSTRUCTION OF CHISHOLM TRAIL RANCH (CHISHOLM TRAIL RANCH WEST, LOTS 1-11, BLOCK 5) IPRC Record No. IPRC21-0136 City Project No. 103785 FID No. 30114-0200431-103785-E07685 File No. N/A X-27135 Mattie Parker David Cooke Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Michael Owen, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth DUNAWAY ASSOCIATES, LLC 550 Bailey Avenue, Suite 400 Ft. Worth, TX 76107 Office: 817-335-1121 / Fax: 817-429-1370 TX REG. F-1114 www.dunaway.com DA Project# B001849.004 February 2022 CSC No. 57414-PM1 00 00 00 TABLE OF CONTENTS Page 1 of 5 CITY OF FORT WORTH City Project No. 103785 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Chisholm Trail Ranch - NEC Revised March 20, 2020 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised 00 11 13 Invitation to Bidders 03/20/2020 00 21 13 Instructions to Bidders 03/20/2020 00 41 00 Bid Form 04/02/2014 00 42 43 Proposal Form Unit Price 05/22/2019 00 43 13 Bid Bond 04/02/2014 00 45 11 Bidders Prequalification’s 04/02/2014 00 45 12 Prequalification Statement 09/01/2015 00 45 13 Bidder Prequalification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law (Required)04/02/2014 00 45 40 Minority Business Enterprise Goal 08/21/2018 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 00 72 00 General Conditions 11/15/2017 00 73 00 Supplementary Conditions 07/01/2011 00 73 10 Standard City Conditions of the Construction Contract for Developer Awarded Projects 01/10/2013 Division 01 -General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 01 31 20 Project Meetings 07/01/2011 01 32 33 Preconstruction Video 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 00 00 00 TABLE OF CONTENTS Page 2 of 5 CITY OF FORT WORTH City Project No. 103785 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Chisholm Trail Ranch - NEC Revised March 20, 2020 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project’s Contract Documents None. Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s website at: http://fortworthtexas.gov/tpw/contractors/ or Division 02 -Existing Conditions Last Revised 02 41 13 Selective Site Demolition 12/20/2012 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 15 Paving Removal 02/02/2016 Division 03 -Concrete 03 30 00 Cast-In-Place Concrete 12/20/2012 03 34 13 Controlled Low Strength Material (CLSM)12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 26 05 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 Communications Multi-Duct Conduit 02/26/2016 Division 31 -Earthwork 31 10 00 Site Clearing 12/20/2012 31 23 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 12/20/2012 31 36 00 Gabions 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 -Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 12/20/2012 32 01 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 11 33 Cement Treated Base Courses 12/20/2012 32 11 37 Liquid Treated Soil Stabilizer 08/21/2015 32 12 16 Asphalt Paving 12/20/2012 32 12 73 Asphalt Paving Crack Sealants 12/20/2012 32 13 13 Concrete Paving 12/20/2012 00 00 00 TABLE OF CONTENTS Page 3 of 5 CITY OF FORT WORTH City Project No. 103785 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Chisholm Trail Ranch - NEC Revised March 20, 2020 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Brick Unit Paving 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 32 17 23 Pavement Markings 11/22/2013 32 17 25 Curb Address Painting 11/04/2013 32 31 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018 32 91 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro-Mulching, Seeding, and Sodding 12/20/2012 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016 33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 10 Joint Bonding and Electrical Isolation 12/20/2012 33 04 11 Corrosion Control Test Stations 12/20/2012 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 33 05 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings –Cast Iron 01/22/2016 33 05 13.10 Frame, Cover and Grade Rings –Composite 01/22/2016 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 12/20/2012 33 05 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 12/20/2012 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 12 11 Large Water Meters 12/20/2012 33 12 20 Resilient Seated Gate Valve 12/20/2012 33 12 21 AWWA Rubber-Seated Butterfly Valves 12/20/2012 00 00 00 TABLE OF CONTENTS Page 4 of 5 CITY OF FORT WORTH City Project No. 103785 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Chisholm Trail Ranch - NEC Revised March 20, 2020 33 12 25 Connection to Existing Water Mains 02/06/2013 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 12 40 Fire Hydrants 01/03/2014 33 12 50 Water Sample Stations 12/20/2012 33 12 60 Standard Blow-off Valve Assembly 06/19/2013 33 31 12 Cured in Place Pipe (CIPP)12/20/2012 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 12/20/2012 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 12/20/2012 33 31 22 Sanitary Sewer Slip Lining 12/20/2012 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC)12/20/2012 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 33 41 12 Reinforced Polyethlene (SRPE) Pipe 11/13/2015 33 46 00 Subdrainage 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 02 Trench Drains 07/01/2011 33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 -Transportation 34 41 10 Traffic Signals 10/12/2015 34 41 10.01 Attachment A –Controller Cabinet 12/18/2015 34 41 10.02 Attachment B –Controller Specification 02/2012 34 41 10.03 Attachment C –Software Specification 01/2012 34 41 11 Temporary Traffic Signals 11/22/2013 34 41 13 Removing Traffic Signals 12/20/2012 34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013 34 41 16 Pedestrian Hybrid Signal 11/22/2013 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Single-Mode Fiber Optic Cable 02/26/2016 34 71 13 Traffic Control 11/22/2013 Appendix GC-4.01 Availability of Lands 00 00 00 TABLE OF CONTENTS Page 5 of 5 CITY OF FORT WORTH City Project No. 103785 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Chisholm Trail Ranch - NEC Revised March 20, 2020 GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION naaxn3 C1AP - RI6 PROE'05.4I. k'age l nC � SECFION 00 42 43 �e�eloper Awarded Projects - PROPbSAI. FpRM UNIT PRICE B!D 6idder's Applicatian Pro,ject [tem informat�nn f3iddets Prn�sal Bidlist Item S�oificatinn i;nit o! gEd Unit Price Rid Vaiue flescr�pt�on �o Section �o. �leasi�re Quantily UNIT I: WA7ER IMPROVEMENTS 1 3311.�941 5" Water Pipe 33 11 ip, 331112 �F 218 $45.Q0 $9,816.a0 2 33� 1.0241 8" Water Pipe 33 � 1 1 �, 33 '11 12 LF 112D $5p_0� $56,Off0.00 3 3312.000'Fire Hydrant 33 12 4a EA 3 $2,5aD.00 $7,50D.D0 4 3372.011i Cannection ia Existing 4"-12" Water NEain 33 12 25 EFI 2 �2,0�0.�6 S4,�Ofl.00 5 3312.21031-1l2" WaterService 33 12 10 EA 3 $75t].00 $2,25f}.40 6 3312.22a3 2" Water Serv+ce 33 92 1q EA B $1,a06.Q� $6,��0.00 T 3312.3�02 6" Gate Vaive 33 12 2q EA 9 �1,2fl0.00 $10,sao.00 8 3312.3603 8" Gate Val�e 33 12 2� EA 1 $1,564.�a $1,5�0.00 9 3305.0109 Trench Sa#ety 33 �5 1 a LF 1338 $1.0a 51,338.Q0 10 6241.11184"-92"PressurePiug D24114 EA 6 $�00.60 $1,�Oa.OD 1 9 3311.00{71 ❑u�tile Iron Water Fittings w! FZestraint 33 11 11 T�N 1.68 $4,SOQ.OD $7,56�-00 15 70TAL UNIT I: WATER IINPROVEMENTS $107,958.q0 crry o� r•nn r woxT y 57.4V[]ARD CORSTftUCTlO^! SPECIFiCATIqti DOCliMFVTS - DEVELOk'ER AN'AkDtU YRDfFCTS Cily f'rojcct �lo I0378i Porm Vcnion yfay 27, ;019 Chisholm Trn�l Ranch - N6C 00 d2 -03 LIAp- k3Er] AkDPOSAL Page 2 of' S SECTiQN OQ 42 43 ❑e�eloper Awarded Prajects - PROPQSAL F�RM LJNIT PRICE B!D Sidder's Applica#ion Prnject i[em Iaforma[im1 $idder's Prn�rosal Sidlist ltem Spe�ification t:nit of ��d ilnu Yrice Rid Value I]escripiion Seatian No �1ea�ur� Quamit� Jii7. UNIT II: SANITARY SEWER {MPR�VEMEN75 9 33ffi.9002 Post-CCTV Inspeetion 33 41 31 LF 1230 $7.60 $1,23a.Q� 2 33a1.Q1p'� Manhofe Va�uum Testing 33 q1 30 EA 11 $150.0a $1.650.00 3 3305.Oip9 Tren�h Safety 33 fl5 16 LF 1230 $1.Ofl �1,23Q.OQ 4 3331.41 Q8 6" PVC 5ewer Pipe 33 31 2� LF 95 $55.06 $5,225.00 5 333'f .4115 8" PVC 5ewer Pipe 33 31 20 LF 950 a58.�a $55,140.�� 6 3339.OQ01 Epoxy PtiRanha�e Liner 33 39 fi0 VF 54.8 �25Q.00 $16,200.0� 7 3339.1a�14'Manhole 33391� EA 1Q �a,aoo.�o $3a,aQfl.[}0 8 3331.41198" �IP 5ewer P�pe 33 11 10 LF 1$5 $72.a0 $13,320.aD 9 433d.0001 Cancrete Encase Sewer Pipe 03 3D 0a CY 4 $10a.�� $406.00 10 3339.10D2 4' Orop Manhole 33 39 40 EA 1 $1,50a.�0 $1,5Q0.04 11 TDTAI. lJ1JIT fl: SANITARY SEWER IMPRaVEMENT5 $325,855.00 CITY pF FCl]IT WUH"[�H STA�IC7A€ta L�a1�STRllCTTOV SPF•.CIi-ICAI�fOV L70CUM�YT:S - DLVE.€.UPrH AW ARl7Pn PRCIIECTS City P�ojec[ M1�o. 103785 F'orm Vrn;ion 41ay 22, 2D1 9 Ch�shalm 7"ra�l Hanch - NFC 00 42 43 DAP - BID PROPOSAL Page 3 of 5 Unit Price UNIT PRICE BID Bidder's Application Specification Section No. Unit of Measure Bid Quantity Bid Value Project Item Information SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Proposal DescriptionBidlist Item No. 1 0241.1300 Remove Conc Curb&Gutter 02 41 15 LF 979 $10.00 $9,790.00 2 3211.0400 Hydrated Lime 32 11 29 TN 32.36 $206.00 $6,666.16 3 3122.0501 8" Lime Treatment 32 11 29 SY 1349 $9.12 $12,302.88 4 3213.0102 10" Concrete Pavement 32 13 13 SY 896 $118.00 $105,728.00 5 3213.0402 7" Concrete Driveway 32 13 20 SF 4070 $7.00 $28,490.00 6 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 8 $1,500.00 $12,000.00 7 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 745 $35.00 $26,075.00 8 3217.2104 REFL Raised Marker TY II-C-R 32 17 23 EA 2 $1,500.00 $3,000.00 9 3291.0100 4" Topsoil Import 32 91 19 SY 400 $0.65 $260.00 10 3292.0100 Block Sod Placement 32 92 13 SY 400 $5.40 $2,160.00 UNIT IV: PAVING IMPROVEMENTS TOTAL UNIT IV: PAVING IMPROVEMENTS $206,472.04 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 City Project No. 103785 Chisholm Trail Ranch - NEC 2 50 06 42 43 p.4P - BIS3 PROPOSAL ['age a of 5 SECTIQN OQ 42 43 �e�eloper Awarded Projects - PR�PQSAL FDRNf CiT�' OF� F�03L"f WQRTH $7AR:D.AALTCOVSTHUCTfOh SPE.CIk�ICA�l�3D1r` f70CI.VIL•M1TS - I]EVEL�Pf.•.R AW'AROtiI] PltOlrCTS C�i7• l'rojeci I+:o 103785 I'nrm Versian 1�4ay 22, 2019 Ch��holit5 �]-rail Ranch - VCC IJNIT �PRICE BlD Bidder's Appli�ation 00 A 2 d.i I3AP - l3ln PKQP05.4I. i'age 5 of 5 sec�'ivrr on az as Developer Awarded Projects - PROP�SAL FQRM UNIT PRICE 61D Prnjecl flem Infnrmalian 6idder's Application f3idlisl Item SpecificstiUn Elnii af Bid Ilescr�ptifln SetiionNn. Measure QuxntiTy No 6id Summary UNiT I: WATER IMPR�VEMEIVTS UNIT II: 5ANITARY S�WER INkPRaVEMENTS LiNIT III: �RAINAGE IMPRQVEIVlENTS UN171V PAVING IMPR�VEMENTS UlVIT V: STREET LIGHTING IMPR�VEMENTS UNIT Vk: TRAFFIC 51GNAL EMPR�VEMENTS 7'otal C'nnstruetion Bid F3idder's Propnsal i�ni! Pnce � Ai[{ Value $107,958.q0 $125.855.a4 NIA $206,47Z. D4 $61,p95.�4 NIA $5p1 'l'his f3id is suhmitted by thc entiiy' named belaw: RIDDER• 13Y: Jenni ' n�clin Arrh-Cou [ ur�rnro�lir�i � R235 lluu�,l:is �+r. M1uit� I{ll)fl � 1h�llzs, TT; 7i22ti TfTI.E: ► ir 'r . icicm DATE: _i� a ? � � Contrartor agrecs tn eompletc WOHK For FI�IAL ACC'EP'I'A!VCF within 1811 warking days aftcr the datc whrn ehe COtiTR.7["1' cnmmenccs tu run as pmvided in thc Ceneral Conditinns. Etif} OF 5F.[:'1'10V CI1�Y OF YDRT WOItTii STA�I�AHD CO1iSTl2L1C�f�1�N SPFCfrICAI-IDN f70Cl:��Ir'���1�5 - pF.VELS7PE.R AWAkDEC71'H43F.CT5 City Pra]ect No. 1�3785 Chishalm Trn�l ltanch - M1rC Farm Version Mav 22, 2919 (HAND POURED ONLY)( DocuSign Envelope ID: F9BD094B-138F-41C0-96D3-8E4C21044342 00 52 43 - ] Developer Awarded Project Agreement Page 1 of 4 2 3 4 5 6 7 � SECTION 00 52 433 AGREEMENT THIS AGREEMENT, authorized on �412112422 is made by and between the Developer, NEC CTR & McP, LP, authorized to do business in Texas ("Developer") , and Ar�h-Con Caiparation, authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: 10 Article 1. WORK 11 12 13 14 15 16 17 18 19 20 21 Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Chisholm Trail Ranch - NEC City FrajectNo. t�3785 Article 3. CONTRACT TIME 3.1 Time is of the essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 180 Working days after the date 24 when the Contract Time commences to run as provided in Paragaph 12.04 of the Standard 25 City Conditions of the Construction Contract for Developer Awarded Projects. 26 33 Liquidated damages 27 28 29 30 31 32 33 34 35 36 Contractor recognizes that time is of the essence of this Agreement and that Developer will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the Developer if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay Developer zero Dollars ($0.00) for each day that expires after the time specified in Paragaph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH City Project No. ] 03785 STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Chisholm Trail Ranch - NEC Revised June 16, 2016 DocuSign Envelope ID: F9BD094B-138F-41C0-9BD3-8E4C21044342 005243-2 Developer Awarded Project Agreement Page 2 of 4 37 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of Fi�e Hundred ane Thousand Three Hundred Ei�htY 40 Dollars and Ei�}�t Cents ($501,380.08). 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A. The Contract Documents which comprise the entire agreement between Developer and 44 Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 47 48 49 50 51 52 53 54 55 56 57 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) f. Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitment Form (If required) 58 3. Standard City General Conditions of the Construction Contract for Developer 59 Awarded Projects. 60 4. Supplementary Conditions. 61 5. Specifications specifcally made a part of the Contract Documents by attachment 62 or, if not attached, as incorporated by reference and described in the Table of 63 Contents of the Project's Contract Documents. 64 65 66 67 68 69 70 71 72 73 74 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 City Project No ] 03785 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Chisholm Trail Ranch - NEC Revised June 16, 2016 DocuSign Envelope ID: F96D094B-138F-41C0-96D3-8E4C21044342 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of 4 75 Article 6. INDEMNIFICATION 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 1.2 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 indemni[ication �ra�isia� is specifr�liv intended to o�erate and be ei'fecti�e e�en i!' it is alEe�ed ar.pro�en that all or snme of the dama�es bein� so�ght were Caused, in whole or in nart, hv anv act, omission or t�e�ligence of the citv. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification pra�isian is speci�call� intended to operafe and �e eFfective e�en if it is aile�ed or pro�en that all nr same ai' the darna�es being snc�ght were rauseci, in whole nr in t�art, hv anv act, omissinn crr ne�li�ence af tlxe citv. Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 99 the Construction Contract 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 73 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, ar the United States District Court far the 115 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH City Project No. 103785 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Chisholm Trail Ranch - NEC Revised June 16,2016 DocuSign Envelope ID: F96D0946-138F-41C0-9BD3-8E4C21044342 005243-4 Developer Awazded Project Agreement Page 4 of 4 116 117 7.6 AuthoriTy to Sign. 118 Contractor shall attach evidence of authority to sign Agreement, if other than duly 119 authorized signatory of the Contractor. 120 121 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 122 counterparts. 123 124 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 125 Contractor: Arch-Con Corporation pocu5lp�ed by: $y ,�ase�, [�ept� •—��..,,t,.,., ����naturej r� g m � i�, �.1� (Signature) Jason M. Cooper �j 1'�' (0.� �{,� Y tJ �1 �} (Printed Name) (Printed Name) Title: President - Title: Me,v�,�4ie� Company Name: Arch-Con Corporation Company name: Address: Address: 190 T.C. Jester Blvd #200 5�50 �.c K��n� f� L fl #�0 City/State/Zip: Houston, TX 7007 City/State/Zip: Do��\�tS � � x �-�c�a- S 04/21/2022 Date 126 `� a�- a-a- Date CITY OF FORT WORTH City Project No. 103785 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Chisholm Trail Ranch - NEC Revised June 16, 2016 Arch-Con Corporation POLICY NUMBER: 61 UEA xz9475 . ,�;_', �, THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - OPTION IV This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Designated Project(s) Or Location(s) Or Or anization s: Of Covered O erations: All, except Additional Insureds that are A11, except Additional Insureds that are insured under a separate additional insured under a separate additional insured endorsement on this policy insured endorsement on this policy Information re uired to com lete this Schedule if not shown above will be shown in the Declarations. A. With respect to those person(s) or organization(s) shown in the Schedule above when you have agreed in a written contract or written agreement to provide insurance such as is afforded under this policy to them, Subparagraph f., Any Other Party, under the Additional Insureds When Required By Written Contract, Written Agreement Or Permit Paragraph of Section II — Who Is An Insured is replaced with the following: f. Any Other Party Any other person or organization who is not an insured under Paragraphs a. through e. above, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" arising out of: (1) Your ongoing operations performed for such additional insured at the project(s) or location(s) designated in the Schedule; (2) Premises owned by or rented to you and shown in the Schedule; or (3) "Your work" for the additional insured at the project(s) or location(s) designated in the Schedule and included within the "products-completed operations hazard", Form HS 24 83 07 13 but only if: (a) The written contract or written agreement requires you to provide such coverage to such additional insured at the project(s) or location(s) designated in the Schedule; and (b) This Coverage Part provides coverage for "bodily injury" or "property damage" included within the "products- completed operations hazard". The insurance afforded to the additional insured shown in the Schedule applies: (1) Only if the "bodily injury" or "property damage" occurs, or the "personal and advertising injury" offense is committed: (a) During the policy period; and (b) Subsequent to the execution of such written contract or written agreement; and (c) Prior to the expiration of the period of time that the written contract or written agreement requires such insurance be provided to the additional insured. Page 1 of 2 O 2013, The Hartford (Includes copyrighted material of Insurance Services Office, Inc., with its permission.) (2) Only to the extent permitted by law; and (3) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. With respect to the insurance afforded to the person(s) or organization(s) that are additional insureds under this endorsement, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders, designs or specifications; or (2) Supervisory, inspection, architectural or engineering activities. The limits of insurance that apply to the additional insured shown in the Schedule are described in the Limits Of Insurance section. How this insurance applies when other insurance is available to the additional insured is described in the Other Insurance Condition in Section IV — Commercial General Liability Conditions, except as otherwise amended below. B. With respect to insurance provided to the person(s) or organization(s) that are additional insureds under this endorsement, the When You Add Others As An Additional Insured To This Insurance subparagraph, under the Other Insurance Condition of Section IV — Commercial General Liability Conditions is replaced with the following: When You Add Others As An Additional Insured To This Insurance (a) Primary Insurance When Required By Contract This insurance is primary if you have agreed in a written contract or written agreement that this insurance be primary. If other insurance is also primary, we will share with all that other insurance by the method described in Paragraph (c) below. This insurance does not apply to other insurance to which the additional insured in the Schedule has been added as an additional insured. (b) Primary And Non-Contributory To Other Insurance When Required By Contract This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (i) The additional insured in the Schedule is a Named Insured under such other insurance; and (ii) You have agreed in a written contract or written agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured in the Schedule. (c) �Vlethod Of Sharing If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this approach, each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. All other terms and conditions in the policy remain unchanged. Page 2 of 2 Form HS 24 83 07 13 POLICY NUMBER: 61 uEA HZ9475 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE anization: Per List on file with Agency. ation reauired to com�lete this Schedule. if not shown above. will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 O Insurance Services Office, Inc., 2008 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. Form WC 42 03 04 B Printed in U.S.A. Process Date:10/05/21 Policy Expiration Date:10/01/22 TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT Policy Number:61 WBA AT0942 Endorsement Number: Effective Date:10/01/21 Effective hour is the same as stated on the Information Page of the policy. Named Insured and Address:ARCH CON CORPORATION 190 T C JESTER BLVD STE 200 HOUSTON TX 77007 This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A.of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy.We will not enforce our right against the person or organization named in the Schedule,but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1.()Special Waiver Name of person or organization (X)Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2.Operations: Texas Department of Transportation. RE: Highway Access Job for Fairfield Inn & Suites, 76 North I-35 Service Rd South Bound, Austin TX 78701 3.Premium: The premium charge for this endorsement shall be percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4.Advance Premium:                                                                                                                                                                                                                                                                                                                                                                                                                                                                                              006213-1 PERFORMANCEBOND Page 1 of 2 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 � SECTION 00 6213 PERFORMANCE BOND BondNo. SU1180950 TT� STATE OF TEXAS § § KNOW ALL BY THFSE PRESENTS: COUNTY OF TARRANT § That we, Arch-Con Co oration known as "Principal" herein and Arch Insurance Com an , a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and fmnly bound unto the Developer, NEC CTR & McP, LP, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), m the penal sum of, Five Hundred One Thousand Three Hundred Ei h and 08/100 D0113CS �$ 501.380.(}8------------------- �� lawful money of the United Statcs, to bc paid in Fort Worth, Tarrunt County, Tcxas for the payment of which sum well and truly to be made jointly unto the Developer and the City as dual obfigees, we bind ourselves, our heirs, executors, admmistrators, successors and assigns, jointly and severally, firmly by these presents. WHII2EAS, Developer and Ciry have entered into an Agreement for the construction of community facilities m the City of Fort Worth by and through a Community Facilities Agreement, CFA Number ;and WHEREAS, the Princ�al has entered mto a certain written contract with the Developer awarded the z�t1� day of A ril , 20 zz , which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for m said Contract designated as Chisholm Trail Ranch - NEC. NOW, THEREF'ORE, the condition of this obligation is such that if the said Principal 27 shall faithfully perform it obligations under the Contract and shall in all respects duly and 28 faithfully perform the Work, includuig Change Orders, under the Contract, according to the plans, 29 specifications, and contract documents therein refened to, and as well during any period of 30 extension of the Contract that may be granted on the part of the Developer and/or City, then this 31 obligation shall be and become null and void, otherwise to remaui in full force and effect. CITY OFFORT WORTH STANDARD CITY CONDTIIONS — DEVELOPER AWARDED PROJDCTS Revised Janu�y 31, 2012 City Project No. 103785 Chisholm Tiail Ranch - NEC 006213-2 PERFORMANCEBOND Page 2 of 2 1 PROVIDID FIJRTI3�, 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 10 11 12 13 14 IS 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 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 WITI�SS WHERFAF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 2��h day of Anril � 20?ti Il ATTEST: (Prnicipal) Secretary Witness as to Principal r � � Witnes �s to 5iire[y Ni s a,Tef'fersan PRINCIPAL: rcli-C � , t or� i �n BY: SigFia �u re Name and Title Address: R��S n�„�j,�c Av� � Cnite� innn Dallas, TX 75225 SURETY: Arch l��surs;nce Com an BY: Signature Vickie Lacy, Attomey-in-Fact Name and Title AddTCSs: Harborside 3, 210 Hudson Street ��jte �00 Jcrsc �"� ] U7 i 1 I _ TelephoneNumber: (Zal) 743-4000 *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. CTI'Y OF FORT WORTH City Project No. 103785 STANDARD CICY CONDTI'IONS — DEVELOPER AWARDED PROJECTS Chisholm Tiail Rnnch- NEC Revisad Januazy 31, 2012 00 62 14 -1 PAYMENT BOND Page 1 of 3 1 2 3 4 5 6 TI� STATE OF TEXAS COUNTY OF TARRANT SECTION 00 6214 PAYNIF,NT BOND § § KNOW ALL BY TI�'SE PRESEN'IS: § Bond No. SU1180950 7 8 That we, , known as 9 "Prmcipal" herein, and � a 10 corporate surety ( or sureties if more than one), duly authorized to do busmess in the State of 11 Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the 12 Developer, NEC CTR & McP, LP, authorized to do business in Texas 13 "(Developer"), and the City of Fort Worth, a Tesas municipal corporation ("City"), in the penal 14 SUril Of Five Hundred One Thousand Three Hundred Ei ty and 08/100 DO�IS 15 ($ 501 380.08 , lawful money of the United States, to be paid in Fort Worth, 16 Tarrant County, Texas, for the payment of which sum well and truly be made jointly unto the 17 Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, 18 successors and assigns, jointly and severally, f�nly by these presents: 19 WI�RREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities m the City of Fort Worth, by and through a Community Facilities 21 Agreement, CFA Number ;and 22 WHEREAS, Principal has entered into a certain written Contract with Developer, 23 awarded the Z"b day of April , 20 22 , which Contract is hereby 24 referred to and made a part hereof for all purposes as if fully set forth herem, to furnish all 25 materials, equipment, labor and other accessories as defined by law, � the prosecution of the 26 Work as provided for in said Contract and designated as Chisholm Trail Ranch—NEC. 27 NOW, 7'FiERF.FORE, THE CONDITION OF THIS OBLIGATION is such that if 28 Principal shall pay all monies owing to any (and all) payment bond bene�ciary (as defined in 29 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 30 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 31 force and effect. CITY OFFORT WORTH CityProject No. 103785 STANDARD CII'Y CONDITIONS — DEVELOPER AWARDED PROJECTS Chisholm Trai] Ranch - NEC Revis«1 Januazy 31, 2012 00 62 14 - 2 PAYMENT BOND Page 2 of 3 1 2 3 4 5 6 7 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. IN WITNF�S WHER�OF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the?�th day of Anril , 20 22 ATTEST: (Principal) Secretary Witness as to Principal 8 9 10 11 12 13 ATTEST: � � � , �� � [Su E" t ' x iclzard 'v� in�Evn Atinmcy-i�t-E�acl i � WiEnes as to 5�ire isl�a 7efferson Name and Title Address: �23s nou las A�•e. 5uite lUDU SURETY: Arch Insurance Co��t au BY; Signature V'c �e I:ac Altu � -iis-�=uct Name and Title �dI'P.SS: NarhnrciAa 3_ '71l1 HLdson Street 3 Jersey City, NJ 07311 Telephone Nuxnber. �zoi) �a3-a000 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. 14 II�ID OF SECTION CITY OF FORT WORTH STANDARD CII'YCONDITIONS — DEVELOPER AWARDED PROJECTS Revisod Janu�y 31, 2012 City Project No. 103785 Chisholm Trail Ranch - NEC 00 62 14 -3 PAYMENTBOND Page 3 of 3 CITY OFFORT WORTH CityProject No. 103785 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJFiCTS Chisholm Tiail Ranch- NEC Revisad January 31, 2012 006219-1 MAIN'I'ENANCE BOND Page 1 of 3 Bond No. SU1180950 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1$ 19 T� STATE OF TEXAS COUNTY OF TARRANT SECTION 00 6219 MAINTENANCE BOND § § KI�TOW ALL BY TI�'SE PRESENT�: § That we Arch-Con Co oraEion , known as "Principal" herein and Arch Insurance Com anv , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and fmnly bound unto the Developer, NEC CTR & McP, LP, authorized to do busmess in Texas ("Developer") and the Ciry of Fort Worth, a Texas municipal corporation ("City"), m the sum Of Fi�e Hundred One Thousand Three Hundred Eighty and 08/100 DO]]1[S ��i 501,38U.U$-------------------- }, lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees and their successois, we bind ourselves, our heffs, executors, administrators, s�cessors and assigns, jointly and severally, firmly by these presents. 20 WI�RREAS, Developer and City have entered mto an Agreement for the construction of 21 community facilities m the City of Fort Worth by and through a Community Facilities 22 Agreement, CFA Number and 23 WHERF.AS, the Principal has entered into a certain written contract with the Developer 24 awarded the z�t� day of A ril , 20 zz , which Contract is 25 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 26 materials, equipment labor and other accessories as defined by law, in the prosecution of the 27 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 28 the "Work") as provided for in said Contract and designated as Chisholm Trail Ranch - NEC; and 29 30 WI�RREAS, Principal binds itself to use such materials and to so construct the Work in 31 accordance with the plans, specifications and Contract Documents that the Work is and will 32 remain free from defects in materials or workmanship for and during the period of two (2) years 33 after the date of Final Acceptance of the Work by the Ciry ("Maintenance Period"); and 34 CITY OF FORT WORTH City Project No. 103785 STANDARD CII'Y CONDITIONS — DEVELOPER AWARDED PROJECTS Chisholm Trail Ranch- NEC Revised Januazy 31, 2012 006219-2 MAII�TTENANCE BOND Page 2 of 3 1 WHIIZEAS, 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 farce and effect. 9 10 PROVIDID, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Wark, it is agreed that the Developer or Ciry may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof bemg borne 13 hy the Principa] and the Surety imder this Maintenance Bond; and 14 15 PROVIDID FURTHQZ, that if any legal action be filed on this Bond, venue shall lie m 16 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDID F[JRTHII2, that this obligation shall be continuous m nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 CITY OF FORT WORTH City Project No. 103755 STANDARD CII'Y CONDITIONS — DEVELOPER AWARDED PROJECTS Chisholm Tiuil Ranch- NEC Revised January 31, 2012 006219-3 MAII�'CENANCE BOND Pnge 3 of 3 1 2 c 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 2i 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 IN WITNESS WHERFAF, the Prmcipal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the z�cn day of A r;t , 20 z2 . ATTEST: (Principal) Secretary Witness as to Prnicipal ATTEST- � [rJUCEIj�l I�irhardC.' gS � omcy-in-Facl � n � IiIIC55 t0 �l1�Ci]r My s n Jefferson PRINCIPAL: Arch-Con nr a i Fi BY: 5ignature Naine and Title Address: s235 ��n����5 n«.. sw�:� �no� SLJRETY: Arch Insurance BY: l � Signature Vickie I.ac Attornev-in-Fact Nar►�e and Title ACIC�IC55: ilur6arside 3. ?1[l l•ludson Slrect Suite 300 Jersey City, NJ 07311 TelephoneNumber:�2oi� �a3-a000 *Note: If signed by an officer of the Surety Company, there must be on file a certif"ied 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 mustbe provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CII'Y CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 City Project No. 103785 Chisholm Tiail Ranch - NEC IMPORTANT NOTICE TO ALL TEXAS POLICYHOLDERS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call Arch Insurance Group's toll-free telephone number for information or to make a complaint at: 1-866-413-5550 You may also write to Arch Insurance Group at: Arch Insurance Group Harborside 3 210 Hudson Street, Suite 300 Jersey City, NJ 07311-1107 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 7-800-252�439 You may write the Texas Department of Insurance: P.O.Box149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection(c7�tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the Arch Insu�ance Group first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Usted puede Ilamar al numero de #elefana gratis de Arcfi� Insurance Group para irsformacion o para someter una queja al: 1-866-�13-5550 Usted iambi�n puede escribir a Arch Insurance Group: Arch lnsurance Group Harborside 3 210 Hudson Street, Suite 300 Jersey City, NJ 0737 1-11 07 Puede comunicarse con el Departamento de 5eguras de Texas para ahtener infarrnacion ar.erca de companias, cober#uras, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: http:l/www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reGamo, debe comunicarse con el Arch Insurance Group prirnero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. 00 ML0042 44 04 16 Page 1 of 1 AIC 0000364999 Thrs Paiver of AIlurney limils �he acb• of tleose named l�erein, and d�ey l�ave nu anlJiariry !n 6rird Ihe Company excepf rn fhe niamer aed !o ihe exle�if l�ereiu s!aled No� valid jor Nale, Laan, Leuer of Credil, Currency Rafe, lnleresl Rate or Residenfia! VaL�e Guarnnlee.�. POWER OF ATTORIVEY Know All Pcrsons By Thcsc Presents: Thal lhc Arch Insurancc Company, a co�oration or�nizcd and cxisling undcr thc lows of thc 5tate of Missouri, having its principal administrativc ofGcc in Jcrscy City, Ncw Jcrscy (hctcinelier refertod to as thc "Company") docs hereby appoint: Ashlcy D. Kuletar, Hcethcr Nules, Juseph R. Aulhcrt, Merc W. Boots, Meria D. Zunige, Rlcherd Cuvington, Ryen J. Varda and VicWc Lacy of Houston, TX (EACH) ils tnre and lawful Attorney(s)in-Fact, to make, execute, seal, ond delivw Gom the da[e of issuance of this power For and on its behalf as sui�ely, and as its act and deed: Any end ell bonds, undertakings, rewguitances and otha surety oblibrotions, in the penal sum not exceeding i�iinc�t M_ illion Dollara [�V[}.[1M1.f1(i[l.{�a}. This authority does not permit the s�sme obligalion to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set Faith hcrein. The execution of such bands, undertxkinb.r•, recogni2anees and other surcty obligations in rursuancr of these p�esenes st�ul] be as binding upon the said Coinrynny as fully and amply to all inten[s end purpase�, es if We snme lwd be� duly excaute� end ar.knowtedbed 6y its regularly elected uflicers at ifs principal udministmtive officc in Jcrsey Ciry, Ncw Jcrsey. , This Power of Anorney is cxecutcd by authority of resoludons edopted by unanimais conscnl of the Doard oF Directors oFthc Company a� Dcccmber 10, ?020, uvc and ascurate copics of wt�ich are hcrcinnf�er set forth and urc hcrehy cpti fied eo hy thc undcrsigned 5ccretary as bcing in full fi>rcc und cffcct: "VUTED, Thal the Chairman of the IIoard, thc ['residen�, or ehe L•xceutivc Vice Presideni, nr any Senior Vice President, of the 5urely Business Division, or their appRintecs designused in wrili�ib nnd filed with �hc 5rcresary, ar �hc Scerc�ury shull hava lhc powcr and au�horily to nppoint ngenis and al�orn�ys-in-li�c;, nnd io au�hosixc �hem suhject m Ihc limitnlions se� Fo�th irt iheir respectivc pawers of attarney, to exmcule m� bchaiF of Ihe Cotinpany, und aitn�li Ihc seal af lhe Coinpany �harc�o, hond� underinlcinbx, r�ecagniaances and other surc�y ohlil;ations ab3igatary in thc npture thcrreF, and any such oi[i�crs of thc Cvin�iany muy appoim ogesf�s Sar ncccptancc ofproccss" This Power of Attorney is sibned, sealed and certified by facsimile under and by authority of the Fiillowing resolution edopted by the unanimous consent of the Board af Directors of the Company on December 10, 2020: VOTED, That lhe sibmawre of the Chairman of the Board, the President, or the Lxeculive Vice Presidenl, or any Senior Vice President, of tl►e 5urely Business Division, or thcir appointecs designatcd in wri�ing and filcd with thc Sccretary, and the signalurc of thc Secrctary, thc scnl af lhe Company, and certifications by thc Secretary, may be af£xed by Facsimile on any power of attomey or bond executed pursuant to the resolutiou adoplcd by the Boerd of Directors on Deceiuber 10, 2020, and any such pawcr so cxccutcd, sealed and ccrtificd wilh respcct to eny band or underteking lo which it is attached, shell conlinue to bc velid an� binding upon thc Company. In Testimony Whereof, thc Company has caused Ihis instrument lo be signod and its corpaiate scal In be aliixcd by thc'v aulhorizcd oiiicers, this 22e0 day ofFcbruary. ZQi2. ,� ��� Attested and Ccrtificd Re��Y � s G✓ • V — ulman, Sa:mtury STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIASS � 1 C7/RfOMiE i sEk4 14�1 � k�f�� � Arch lnsurancc Company ���� Stephcn C. Ruschak, Executive Vice Presiden�, [, Michele Tripodi, n Notary Public, do hcreby ccrtify that Regan A. 5hulman and Stephcn C. Ruschak personally known to me Io be thc same persons whosc ��amcs are respec�ively as Secretary and Executive Vice President oF the Arch Insuiance Compeny, a Corporation arganized and existing under the laws of lhc SWtc of Missouri, subscribcd lo lhe forcgoing instrumcnt, appcared bcforc mc this day in person and scvcrally a�lcnowlcdgcd thut thcy bcing thcrcunto duly aulharizcd signcd, sealed with the co�poiate seal and delivered the s�aid instrument a� fhe fiee and volunlaiy act of said corporation and as their own free and volunlary ac�s fbr the uses and purposcs thcrcin scl fnRh. 1Ypl�lETMPD�.11at�7h16tfG ' �t`� "�"� ���0"�y Mich ,; p�di. M1iPiRf u61ic � � ���� My rnmmiysion expires 07/31 /2025 CERTIF[CAT[UN �i at la3o#akaYsi��tnry �adtaaagah�s�enda� [0o�f►�{s�b�eix�+ i�ri�} ia�oaaand�r�s�d���ci�eragf �xlad �+e5ai�l��a�nd�'�j,c�rH�a���f this eertiisra[c: arK1 l do fusthcr ccniiq ltial thc suid S��hcn C. Iiusehak, who rxvcutcd shc f�owrr of Allorncy aq Cxccuti�c Vccc Presidrni, was on thc datc uFcxceu[ion ofthe attached Power of Atlorney the duly elected Gxeculive Vice President of Ihe Arch loswance Com�ny. IN TESTIMONY WHEREOF, 1 havc hereunto subscribed my namc and afTxcd thc corporate scal of lhc Arch lnsurance Company on this 27th of An�il , 20�_. � . Cl+� Re A. Sltiuln�un, Secreltuy This Power oFAttorney limits the acts of those named therein to the bonds end undertakinbs specifically named lherein and lhey have no uuthori�y to bind the Company except in the mamier and to the extent herein stated. �_`��jy� � PLEASE SEND ALL CLAIM INQUIR[ES RELATINC TO THIS BOND TO THE FOLLOWING ADDRESS: � a� Arch Insurance— Surety Dlvlsinn 3 Parkwey, Suftc 1500 W�+7t � Philedclphie, PA 19102 s� � �4T1 Mtss�d To ver�fy the atrthentkky of thls Pbwer of AKorney, please rnntactAirh lnsurnnce Company Pleose rcfer to the above namedAttomey-ln-Fact and the detalls of the bond to whkh the power Is attached. AICPOA040120 Printed in U.S.A. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS City Project No. 103785 Chisholm Trail Ranch - NEC CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 – Definitions and Terminology .......................................................................................................... 1  1.01 Defined Terms ............................................................................................................................... 1  1.02 Terminology .................................................................................................................................. 5  Article 2 – Preliminary Matters ......................................................................................................................... 6  2.01 Before Starting Construction ........................................................................................................ 6  2.02 Preconstruction Conference .......................................................................................................... 6  2.03 Public Meeting .............................................................................................................................. 6  Article 3 – Contract Documents and Amending ............................................................................................... 6  3.01 Reference Standards ..................................................................................................................... 6  3.02 Amending and Supplementing Contract Documents .................................................................. 6  Article 4 – Bonds and Insurance ....................................................................................................................... 7  4.01 Licensed Sureties and Insurers ..................................................................................................... 7  4.02 Performance, Payment, and Maintenance Bonds ........................................................................ 7  4.03 Certificates of Insurance ............................................................................................................... 7  4.04 Contractor’s Insurance .................................................................................................................. 9  4.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 12  Article 5 – Contractor’s Responsibilities ........................................................................................................ 12  5.01 Supervision and Superintendent ................................................................................................. 12  5.02 Labor; Working Hours ................................................................................................................ 13  5.03 Services, Materials, and Equipment ........................................................................................... 13  5.04 Project Schedule .......................................................................................................................... 14  5.05 Substitutes and “Or-Equals” ....................................................................................................... 14  5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ..................................... 16  5.07 Concerning Subcontractors, Suppliers, and Others ................................................................... 16  5.08 Wage Rates.................................................................................................................................. 18  5.09 Patent Fees and Royalties ........................................................................................................... 19  5.10 Laws and Regulations ................................................................................................................. 19  5.11 Use of Site and Other Areas ....................................................................................................... 19  5.12 Record Documents ...................................................................................................................... 20  5.13 Safety and Protection .................................................................................................................. 21  5.14 Safety Representative ................................................................................................................. 21  5.15 Hazard Communication Programs ............................................................................................. 22  5.16 Submittals .................................................................................................................................... 22  5.17 Contractor’s General Warranty and Guarantee .......................................................................... 23  City Project No. 103785 Chisholm Trail Ranch - NEC CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ........................................................................................................................... 24  5.19 Delegation of Professional Design Services .............................................................................. 24  5.20 Right to Audit: ............................................................................................................................ 25  5.21 Nondiscrimination....................................................................................................................... 25  Article 6 – Other Work at the Site ................................................................................................................... 26  6.01 Related Work at Site ................................................................................................................... 26  Article 7 – City’s Responsibilities................................................................................................................... 26  7.01 Inspections, Tests, and Approvals .............................................................................................. 26  7.02 Limitations on City’s Responsibilities ....................................................................................... 26  7.03 Compliance with Safety Program ............................................................................................... 27  Article 8 – City’s Observation Status During Construction ........................................................................... 27  8.01 City’s Project Representative ..................................................................................................... 27  8.02 Authorized Variations in Work .................................................................................................. 27  8.03 Rejecting Defective Work .......................................................................................................... 27  8.04 Determinations for Work Performed .......................................................................................... 28  Article 9 – Changes in the Work ..................................................................................................................... 28  9.01 Authorized Changes in the Work ............................................................................................... 28  9.02 Notification to Surety .................................................................................................................. 28  Article 10 – Change of Contract Price; Change of Contract Time ................................................................ 28  10.01 Change of Contract Price ............................................................................................................ 28  10.02 Change of Contract Time............................................................................................................ 28  10.03 Delays .......................................................................................................................................... 28  Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29  11.01 Notice of Defects ........................................................................................................................ 29  11.02 Access to Work ........................................................................................................................... 29  11.03 Tests and Inspections .................................................................................................................. 29  11.04 Uncovering Work ....................................................................................................................... 30  11.05 City May Stop the Work ............................................................................................................. 30  11.06 Correction or Removal of Defective Work ................................................................................ 30  11.07 Correction Period ........................................................................................................................ 30  11.08 City May Correct Defective Work ............................................................................................. 31  Article 12 – Completion .................................................................................................................................. 32  12.01 Contractor’s Warranty of Title ................................................................................................... 32  12.02 Partial Utilization ........................................................................................................................ 32  12.03 Final Inspection ........................................................................................................................... 32  12.04 Final Acceptance ......................................................................................................................... 33  Article 13 – Suspension of Work .................................................................................................................... 33  13.01 City May Suspend Work ............................................................................................................ 33  Article 14 – Miscellaneous .............................................................................................................................. 34  14.01 Giving Notice .............................................................................................................................. 34  City Project No. 103785 Chisholm Trail Ranch - NEC CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times ................................................................................................................ 34  14.03 Cumulative Remedies ................................................................................................................. 34  14.04 Survival of Obligations ............................................................................................................... 35  14.05 Headings ...................................................................................................................................... 35  City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw – City’s on-line, electronic document management and collaboration system. 5. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home-rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) -–A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract—The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents—Those items that make up the contract and which must include the Agreement, and it’s attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non-Resident Bidder iii. Prequalification Statement c. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions l. Supplementary Conditions m. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project’s Contract Documents o. Drawings p. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor—The individual or entity with whom Developer has entered into the Agreement. 11. Day or day – A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer – An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance – The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 16. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements—A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non-Participating Change Order—A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order—A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans – See definition of Drawings. 24. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Time. 25. Project—The Work to be performed under the Contract Documents. 26. Project Representative—The authorized representative of the City who will be assigned to the Site. 27. Public Meeting – An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions – That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions—That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 41. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non-Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word “defective,” when modifying the word “Work,” refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City’s written acceptance. C. Furnish, Install, Perform, Provide: 1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or the word “Supply,” or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 2 – PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non- Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 – CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non-Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. City’s or Engineer’s review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City’s written interpretation or clarification. ARTICLE 4 – BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor’s obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. The certificate of insurance shall document the City, an as “Additional Insured” on all liability policies. 2. The Contractor’s general liability insurance shall include a, “per project” or “per location”, endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor’s obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage’s and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor’s insurance. 4.04 Contractor’s Insurance A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’ Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers’ Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers’ compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor’s employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”, defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor’s Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: ____________________________________________________________ Write the name of the railroad company. (If none, then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a “Right of Entry Agreement” with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor’s use of private and/or construction access roads crossing said railroad company’s properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, occupy, or touch railroad property: a. General Aggregate: _____________________________________ Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence: : _____________________________________ Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of- City Project No. 103785 Chisholm Trail Ranch - NEC None None None 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company’s right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company’s property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor’s beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 – CONTRACTOR’S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor’s representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City’s written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and “Or-Equals” A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or “or-equal” item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an “or-equal” item, in which case review and approval of the proposed item may, in City’s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City’s sole discretion an item of material or equipment proposed by Contractor does not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or-equal” at Contractor’s expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre-qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Required for this Contract. (Check this box if there is any City Participation) Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City’s MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract City Project No. 103785 Chisholm Trail Ranch - NEC X 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates Required for this Contract. Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City’s determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and City Project No. 103785 Chisholm Trail Ranch - NEC X 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor’s responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor’s obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City’s safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any, with which City’s employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor’s designated safety representative at the Site. City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City’s review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City’s Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City’s review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City’s review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor’s warranty and guarantee. B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor’s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor’s obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.B. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional’s written approval when submitted to City. City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City’s review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City’s review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 6 – OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City’s employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City’s employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor’s Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor’s Work except for latent defects in the work provided by others. ARTICLE 7 – CITY’S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City’s Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7.03 Compliance with Safety Program While at the Site, City’s employees and representatives shall comply with the specific applicable requirements of Contractor’s safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City’s Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City’s representative during construction are set forth in the Contract Documents. A. City’s Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor’s executed Work. Based on information obtained during such visits and observations, City’s Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City’s Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City’s Project Representative’s efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City’s Project Representative’s visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City’s Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City’s Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City’s Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City’s written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 – CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 11 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor’s safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a “fail”, “did not pass” or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City’s written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor’s obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants, employees, and City’s other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City’s rights and remedies under this Paragraph 11.09. ARTICLE 12 – COMPLETION 12.01 Contractor’s Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 – SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 – MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. City Project No. 103785 Chisholm Trail Ranch - NEC 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. City Project No. 103785 Chisholm Trail Ranch - NEC 01 11 00 - 1 DAP SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH City Project No. 103785 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects Chisholm Trail Ranch - NEC Revised December 20, 2012 SECTION 01 11 00 1 SUMMARY OF WORK 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Summary of Work to be performed in accordance with the Contract Documents 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 10 2. Division 1 - General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is considered subsidiary to the various items bid. 14 No separate payment will be allowed for this Item. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS 17 A. Work Covered by Contract Documents 18 1. Work is to include furnishing all labor, materials, and equipment, and performing 19 all Work necessary for this construction project as detailed in the Drawings and 20 Specifications. 21 B. Subsidiary Work 22 1. Any and all Work specifically governed by documentary requirements for the 23 project, such as conditions imposed by the Drawings or Contract Documents in 24 which no specific item for bid has been provided for in the Proposal and the item is 25 not a typical unit bid item included on the standard bid item list, then the item shall 26 be considered as a subsidiary item of Work, the cost of which shall be included in 27 the price bid in the Proposal for various bid items. 28 C. Use of Premises 29 1. Coordinate uses of premises under direction of the City. 30 2. Assume full responsibility for protection and safekeeping of materials and 31 equipment stored on the Site. 32 3. Use and occupy only portions of the public streets and alleys, or other public places 33 or other rights-of-way as provided for in the ordinances of the City, as shown in the 34 Contract Documents, or as may be specifically authorized in writing by the City. 35 a. A reasonable amount of tools, materials, and equipment for construction 36 purposes may be stored in such space, but no more than is necessary to avoid 37 delay in the construction operations. 38 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH City Project No. 103785 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects Chisholm Trail Ranch - NEC Revised December 20, 2012 b. Excavated and waste materials shall be stored in such a way as not to interfere 1 with the use of spaces that may be designated to be left free and unobstructed 2 and so as not to inconvenience occupants of adjacent property. 3 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 4 manner as not to interfere with the operation of the railroad. 5 1) All Work shall be in accordance with railroad requirements set forth in 6 Division 0 as well as the railroad permit. 7 D. Work within Easements 8 1. Do not enter upon private property for any purpose without having previously 9 obtained permission from the owner of such property. 10 2. Do not store equipment or material on private property unless and until the 11 specified approval of the property owner has been secured in writing by the 12 Contractor and a copy furnished to the City. 13 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 14 obstructions which must be removed to make possible proper prosecution of the 15 Work as a part of the project construction operations. 16 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 17 lawns, fences, culverts, curbing, and all other types of structures or improvements, 18 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 19 appurtenances thereof, including the construction of temporary fences and to all 20 other public or private property adjacent to the Work. 21 5. Notify the proper representatives of the owners or occupants of the public or private 22 lands of interest in lands which might be affected by the Work. 23 a. Such notice shall be made at least 48 hours in advance of the beginning of the 24 Work. 25 b. Notices shall be applicable to both public and private utility companies and any 26 corporation, company, individual, or other, either as owners or occupants, 27 whose land or interest in land might be affected by the Work. 28 c. Be responsible for all damage or injury to property of any character resulting 29 from any act, omission, neglect, or misconduct in the manner or method or 30 execution of the Work, or at any time due to defective work, material, or 31 equipment. 32 6. Fence 33 a. Restore all fences encountered and removed during construction of the Project 34 to the original or a better than original condition. 35 b. Erect temporary fencing in place of the fencing removed whenever the Work is 36 not in progress and when the site is vacated overnight, and/or at all times to 37 provide site security. 38 c. The cost for all fence work within easements, including removal, temporary 39 closures and replacement, shall be subsidiary to the various items bid in the 40 project proposal, unless a bid item is specifically provided in the proposal. 41 01 11 00 - 3 DAP SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH City Project No. 103785 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects Chisholm Trail Ranch - NEC Revised December 20, 2012 1.5 SUBMITTALS [NOT USED] 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 01 25 00 - 1 DAP SUBSTITUTION PROCEDURES Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, City Project No. 103785 Chisholm Trail Ranch - NEC 01 25 00 - 2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. City Project No. 103785 Chisholm Trail Ranch - NEC 01 25 00 - 3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 4. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer’s opinion, acceptance will require substantial revision of the original design d. In the City’s or Developer’s opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE City Project No. 103785 Chisholm Trail Ranch - NEC 01 25 00 - 4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date City Project No. 103785 Chisholm Trail Ranch - NEC 01 31 19 - 1 DAP PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 SECTION 01 31 19 PRECONSTRUCTION MEETING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request City Project No. 103785 Chisholm Trail Ranch - NEC 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor’s work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material l. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City’s representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments City Project No. 103785 Chisholm Trail Ranch - NEC 01 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE City Project No. 103785 Chisholm Trail Ranch - NEC 01 32 33 - 1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 SECTION 01 32 33 PRECONSTRUCTION VIDEO PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] City Project No. 103785 Chisholm Trail Ranch - NEC 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE City Project No. 103785 Chisholm Trail Ranch - NEC 01 33 00 - 1 DAP SUBMITTALS Page 1 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 SECTION 01 33 00 DAP SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. City Project No. 103785 Chisholm Trail Ranch - NEC 01 33 00 - 2 DAP SUBMITTALS Page 2 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) “By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions City Project No. 103785 Chisholm Trail Ranch - NEC 01 33 00 - 3 DAP SUBMITTALS Page 3 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City’s Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City’s Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs City Project No. 103785 Chisholm Trail Ranch - NEC 01 33 00 - 4 DAP SUBMITTALS Page 4 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City’s Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) City Project No. 103785 Chisholm Trail Ranch - NEC 01 33 00 - 5 DAP SUBMITTALS Page 5 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 City Project No. 103785 Chisholm Trail Ranch - NEC 01 33 00 - 6 DAP SUBMITTALS Page 6 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor’s risk if not marked b. Submittals for each item will be reviewed no more than twice at the City’s expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative’s then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City’s discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. City Project No. 103785 Chisholm Trail Ranch - NEC 01 33 00 - 7 DAP SUBMITTALS Page 7 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] City Project No. 103785 Chisholm Trail Ranch - NEC 01 33 00 - 8 DAP SUBMITTALS Page 8 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days City Project No. 103785 Chisholm Trail Ranch - NEC 01 35 13 - 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 CITY OF FORT WORTH City Project No. 103785 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Chisholm Trail Ranch - NEC Revised August, 30, 2013 SECTION 01 35 13 1 SPECIAL PROJECT PROCEDURES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. The procedures for special project circumstances that includes, but is not limited to: 6 a. Coordination with the Texas Department of Transportation 7 b. Work near High Voltage Lines 8 c. Confined Space Entry Program 9 d. Air Pollution Watch Days 10 e. Use of Explosives, Drop Weight, Etc. 11 f. Water Department Notification 12 g. Public Notification Prior to Beginning Construction 13 h. Coordination with United States Army Corps of Engineers 14 i. Coordination within Railroad permits areas 15 j. Dust Control 16 k. Employee Parking 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division 1 – General Requirements 22 3. Section 33 12 25 – Connection to Existing Water Mains 23 24 1.2 REFERENCES 25 A. Reference Standards 26 1. Reference standards cited in this Specification refer to the current reference 27 standard published at the time of the latest revision date logged at the end of this 28 Specification, unless a date is specifically cited. 29 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 30 High Voltage Overhead Lines. 31 3. North Central Texas Council of Governments (NCTCOG) – Clean Construction 32 Specification 33 1.3 ADMINISTRATIVE REQUIREMENTS 34 A. Coordination with the Texas Department of Transportation 35 1. When work in the right-of-way which is under the jurisdiction of the Texas 36 Department of Transportation (TxDOT): 37 a. Notify the Texas Department of Transportation prior to commencing any work 38 therein in accordance with the provisions of the permit 39 01 35 13 - 2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 CITY OF FORT WORTH City Project No. 103785 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Chisholm Trail Ranch - NEC Revised August, 30, 2013 b. All work performed in the TxDOT right-of-way shall be performed in 1 compliance with and subject to approval from the Texas Department of 2 Transportation 3 B. Work near High Voltage Lines 4 1. Regulatory Requirements 5 a. All Work near High Voltage Lines (more than 600 volts measured between 6 conductors or between a conductor and the ground) shall be in accordance with 7 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 8 2. Warning sign 9 a. Provide sign of sufficient size meeting all OSHA requirements. 10 3. Equipment operating within 10 feet of high voltage lines will require the following 11 safety features 12 a. Insulating cage-type of guard about the boom or arm 13 b. Insulator links on the lift hook connections for back hoes or dippers 14 c. Equipment must meet the safety requirements as set forth by OSHA and the 15 safety requirements of the owner of the high voltage lines 16 4. Work within 6 feet of high voltage electric lines 17 a. Notification shall be given to: 18 1) The power company (example: ONCOR) 19 a) Maintain an accurate log of all such calls to power company and record 20 action taken in each case. 21 b. Coordination with power company 22 1) After notification coordinate with the power company to: 23 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 24 lower the lines 25 c. No personnel may work within 6 feet of a high voltage line before the above 26 requirements have been met. 27 C. Confined Space Entry Program 28 1. Provide and follow approved Confined Space Entry Program in accordance with 29 OSHA requirements. 30 2. Confined Spaces include: 31 a. Manholes 32 b. All other confined spaces in accordance with OSHA’s Permit Required for 33 Confined Spaces 34 D. Use of Explosives, Drop Weight, Etc. 35 1. When Contract Documents permit on the project the following will apply: 36 a. Public Notification 37 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 38 prior to commencing. 39 2) Minimum 24 hour public notification in accordance with Section 01 31 13 40 E. Water Department Coordination 41 1. During the construction of this project, it will be necessary to deactivate, for a 42 period of time, existing lines. The Contractor shall be required to coordinate with 43 the Water Department to determine the best times for deactivating and activating 44 those lines. 45 01 35 13 - 3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 CITY OF FORT WORTH City Project No. 103785 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Chisholm Trail Ranch - NEC Revised August, 30, 2013 2. Coordinate any event that will require connecting to or the operation of an existing 1 City water line system with the City’s representative. 2 a. Coordination shall be in accordance with Section 33 12 25. 3 b. If needed, obtain a hydrant water meter from the Water Department for use 4 during the life of named project. 5 c. In the event that a water valve on an existing live system be turned off and on 6 to accommodate the construction of the project is required, coordinate this 7 activity through the appropriate City representative. 8 1) Do not operate water line valves of existing water system. 9 a) Failure to comply will render the Contractor in violation of Texas Penal 10 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 11 will be prosecuted to the full extent of the law. 12 b) In addition, the Contractor will assume all liabilities and 13 responsibilities as a result of these actions. 14 F. Public Notification Prior to Beginning Construction 15 1. Prior to beginning construction on any block in the project, on a block by block 16 basis, prepare and deliver a notice or flyer of the pending construction to the front 17 door of each residence or business that will be impacted by construction. The notice 18 shall be prepared as follows: 19 a. Post notice or flyer 7 days prior to beginning any construction activity on each 20 block in the project area. 21 1) Prepare flyer on the Contractor’s letterhead and include the following 22 information: 23 a) Name of Project 24 b) City Project No (CPN) 25 c) Scope of Project (i.e. type of construction activity) 26 d) Actual construction duration within the block 27 e) Name of the contractor’s foreman and phone number 28 f) Name of the City’s inspector and phone number 29 g) City’s after-hours phone number 30 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 31 A. 32 3) Submit schedule showing the construction start and finish time for each 33 block of the project to the inspector. 34 4) Deliver flyer to the City Inspector for review prior to distribution. 35 b. No construction will be allowed to begin on any block until the flyer is 36 delivered to all residents of the block. 37 G. Public Notification of Temporary Water Service Interruption during Construction 38 1. In the event it becomes necessary to temporarily shut down water service to 39 residents or businesses during construction, prepare and deliver a notice or flyer of 40 the pending interruption to the front door of each affected resident. 41 2. Prepared notice as follows: 42 a. The notification or flyer shall be posted 24 hours prior to the temporary 43 interruption. 44 b. Prepare flyer on the contractor’s letterhead and include the following 45 information: 46 1) Name of the project 47 2) City Project Number 48 01 35 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 CITY OF FORT WORTH City Project No. 103785 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Chisholm Trail Ranch - NEC Revised August, 30, 2013 3) Date of the interruption of service 1 4) Period the interruption will take place 2 5) Name of the contractor’s foreman and phone number 3 6) Name of the City’s inspector and phone number 4 c. A sample of the temporary water service interruption notification is attached as 5 Exhibit B. 6 d. Deliver a copy of the temporary interruption notification to the City inspector 7 for review prior to being distributed. 8 e. No interruption of water service can occur until the flyer has been delivered to 9 all affected residents and businesses. 10 f. Electronic versions of the sample flyers can be obtained from the Project 11 Construction Inspector. 12 H. Coordination with United States Army Corps of Engineers (USACE) 13 1. At locations in the Project where construction activities occur in areas where 14 USACE permits are required, meet all requirements set forth in each designated 15 permit. 16 I. Coordination within Railroad Permit Areas 17 1. At locations in the project where construction activities occur in areas where 18 railroad permits are required, meet all requirements set forth in each designated 19 railroad permit. This includes, but is not limited to, provisions for: 20 a. Flagmen 21 b. Inspectors 22 c. Safety training 23 d. Additional insurance 24 e. Insurance certificates 25 f. Other employees required to protect the right-of-way and property of the 26 Railroad Company from damage arising out of and/or from the construction of 27 the project. Proper utility clearance procedures shall be used in accordance 28 with the permit guidelines. 29 2. Obtain any supplemental information needed to comply with the railroad’s 30 requirements. 31 J. Dust Control 32 1. Use acceptable measures to control dust at the Site. 33 a. If water is used to control dust, capture and properly dispose of waste water. 34 b. If wet saw cutting is performed, capture and properly dispose of slurry. 35 K. Employee Parking 36 1. Provide parking for employees at locations approved by the City. 37 1.4 SUBMITTALS [NOT USED] 38 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 39 1.6 CLOSEOUT SUBMITTALS [NOT USED] 40 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 41 1.8 QUALITY ASSURANCE [NOT USED] 42 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 43 01 35 13 - 5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 CITY OF FORT WORTH City Project No. 103785 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Chisholm Trail Ranch - NEC Revised August, 30, 2013 1.10 FIELD [SITE] CONDITIONS [NOT USED] 1 1.11 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION [NOT USED] 4 END OF SECTION 5 6 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.3.B – Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 7 01 35 13 - 6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 CITY OF FORT WORTH City Project No. 103785 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Chisholm Trail Ranch - NEC Revised August, 30, 2013 EXHIBIT A 1 (To be printed on Contractor’s Letterhead) 2 3 4 5 Date: 6 7 CPN No.: 8 Project Name: 9 Mapsco Location: 10 Limits of Construction: 11 12 13 14 15 16 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 17 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 18 PROPERTY. 19 20 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 21 OF THIS NOTICE. 22 23 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 24 ISSUE, PLEASE CALL: 25 26 27 Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 28 29 OR 30 31 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 32 33 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 34 35 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 36 37 01 35 13 - 7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 CITY OF FORT WORTH City Project No. 103785 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Chisholm Trail Ranch - NEC Revised August, 30, 2013 EXHIBIT B 1 2 3 4 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised March 20, 2020 SECTION 01 45 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 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 Project No. 103785 Chisholm Trail Ranch - NEC 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised March 20, 2020 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City’s Project Representative 4. Provide City’s Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City’s document management system. City Project No. 103785 Chisholm Trail Ranch - NEC 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City’s Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired City Project No. 103785 Chisholm Trail Ranch - NEC 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City’s established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control City Project No. 103785 Chisholm Trail Ranch - NEC 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities City Project No. 103785 Chisholm Trail Ranch - NEC 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE City Project No. 103785 Chisholm Trail Ranch - NEC 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 SECTION 01 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 34 71 13 – Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. City Project No. 103785 Chisholm Trail Ranch - NEC 01 55 26 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 1) Allow a minimum of 5 working days for permit review. 2) Contractor’s responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor’s responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City’s Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION City Project No. 103785 Chisholm Trail Ranch - NEC 01 55 26 - 3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 Revision Log DATE NAME SUMMARY OF CHANGE City Project No. 103785 Chisholm Trail Ranch - NEC 01 57 13 - 1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 SECTION 01 57 13 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 31 25 00 – Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. City Project No. 103785 Chisholm Trail Ranch - NEC 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review City Project No. 103785 Chisholm Trail Ranch - NEC 01 57 13 - 3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE City Project No. 103785 Chisholm Trail Ranch - NEC 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised March 20, 2020 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on City’s Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City’s Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City’s Standard Product List. C. Although a specific product is included on City’s Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer’s standard product. D. See Section 01 33 00 for submittal requirements of Product Data included on City’s Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] City Project No. 103785 Chisholm Trail Ranch - NEC 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised March 20, 2020 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City’s Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City’s website. City Project No. 103785 Chisholm Trail Ranch - NEC 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. City Project No. 103785 Chisholm Trail Ranch - NEC 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer’s recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer’s recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City’s Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City’s Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers’ unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City’s Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City’s Project Representative. City Project No. 103785 Chisholm Trail Ranch - NEC 01 66 00 - 3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION City Project No. 103785 Chisholm Trail Ranch - NEC 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application City Project No. 103785 Chisholm Trail Ranch - NEC 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 70 00 MOBILIZATION AND REMOBILIZATION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor’s operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor’s personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor’s operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor’s personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor’s personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor’s operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization City Project No. 103785 Chisholm Trail Ranch - NEC 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor’s operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor’s personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Specified Remobilization” in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. City Project No. 103785 Chisholm Trail Ranch - NEC 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Work Order Mobilization” in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Work Order Emergency Mobilization” in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] City Project No. 103785 Chisholm Trail Ranch - NEC 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application City Project No. 103785 Chisholm Trail Ranch - NEC 01 71 23 - 1 CONSTRUCTION STAKING AND SURVEY Page 1 of 7 CITY OF FORT WORTH Chisholm Trail Ranch - NEC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 103785 Revised February 14, 2018 SECTION 01 71 231 CONSTRUCTION STAKING AND SURVEY2 PART 1 -GENERAL3 1.1 SUMMARY4 A.Section Includes:5 1. Requirements for construction staking and construction survey6 B.Deviations from this City of Fort Worth Standard Specification7 1. See Changes (Highlighted in Yellow).8 C.Related Specification Sections include, but are not necessarily limited to:9 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract10 2.Division 1 – General Requirements11 1.2 PRICE AND PAYMENT PROCEDURES12 A.Measurement and Payment13 1.Construction Staking14 a.Measurement15 1)This Item is considered subsidiary to the various Items bid.16 b.Payment17 1)The work performed and the materials furnished in accordance with this18 Item are subsidiary to the various Items bid and no other compensation will19 be allowed.20 2.Construction Survey21 a.Measurement22 1)This Item is considered subsidiary to the various Items bid.23 b.Payment24 1)The work performed and the materials furnished in accordance with this25 Item are subsidiary to the various Items bid and no other compensation will be26 allowed.27 3.As-Built Survey28 a.Measurement29 1)This Item is considered subsidiary to the various Items bid.30 b.Payment31 1)The work performed and the materials furnished in accordance with this32 Item are subsidiary to the various Items bid and no other compensation will be33 allowed.34 1.3 REFERENCES35 A.Definitions36 1.Construction Survey - The survey measurements made prior to or while37 construction is in progress to control elevation, horizontal position, dimensions and38 configuration of structures/improvements included in the Project Drawings.39 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 7 CITY OF FORT WORTH Chisholm Trail Ranch - NEC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 103785 Revised February 14, 2018 2.As-built Survey –The measurements made after the construction of the1 improvement features are complete to provide position coordinates for the features2 of a project.3 3.Construction Staking – The placement of stakes and markings to provide offsets4 and elevations to cut and fill in order to locate on the ground the designed5 structures/improvements included in the Project Drawings. Construction staking6 shall include staking easements and/or right of way if indicated on the plans.7 4.Survey “Field Checks” – Measurements made after construction staking is8 completed and before construction work begins to ensure that structures marked on9 the ground are accurately located per Project Drawings.10 B.Technical References11 1.City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw12 website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards13 2.City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available14 on City’s Buzzsaw website).15 3.Texas Department of Transportation (TxDOT) Survey Manual, latest revision16 4.Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land17 Surveying in the State of Texas, Category 518 19 1.4 ADMINISTRATIVE REQUIREMENTS20 A.The Contractor’s selection of a surveyor must comply with Texas Government21 Code 2254 (qualifications based selection) for this project.22 1.5 SUBMITTALS23 A.Submittals, if required, shall be in accordance with Section 01 33 00.24 B.All submittals shall be received and reviewed by the City prior to delivery of work.25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS26 A.Field Quality Control Submittals27 1. Documentation verifying accuracy of field engineering work, including coordinate28 conversions if plans do not indicate grid or ground coordinates.29 2.Submit “Cut-Sheets” conforming to the standard template provided by the City30 (refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards).31 1.7 CLOSEOUT SUBMITTALS32 B. As-built Redline Drawing Submittal33 1.Submit As-Built Survey Redline Drawings documenting the locations/elevations of34 constructed improvements signed and sealed by Registered Professional Land35 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A36 – Survey Staking Standards) .37 2.Contractor shall submit the proposed as-built and completed redline drawing38 submittal one (1) week prior to scheduling the project final inspection for City39 review and comment. Revisions, if necessary, shall be made to the as-built redline40 drawings and resubmitted to the City prior to scheduling the construction final41 inspection.42 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 7 CITY OF FORT WORTH Chisholm Trail Ranch - NEC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 103785 Revised February 14, 2018 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]1 1.9 QUALITY ASSURANCE2 A.Construction Staking3 1.Construction staking will be performed by the Contractor.4 2.Coordination5 a.Contact City and Developer’s Project Representative at least one week in6 advance notifying the City of when Construction Staking is scheduled.7 b.It is the Contractor’s responsibility to coordinate staking such that8 construction activities are not delayed or negatively impacted.9 3.General10 a.Contractor is responsible for preserving and maintaining stakes. If11 Developer’s Project Representative is required to re-stake for any reason, the12 Contractor will be responsible for costs to perform staking. If in the opinion of13 the City, a sufficient number of stakes or markings have been lost, destroyed14 disturbed or omitted that the contracted Work cannot take place then the15 Contractor will be required to stake or re-stake the deficient areas.16 B.Construction Survey17 1.Construction Survey will be performed by the Contractor.18 2.Coordination19 a.Contractor to verify that horizontal and vertical control data established in the20 design survey and required for construction survey is available and in place.21 3.General22 a.Construction survey will be performed in order to construct the work shown23 on the Construction Drawings and specified in the Contract Documents.24 b.For construction methods other than open cut, the Contractor shall perform25 construction survey and verify control data including, but not limited to, the26 following:27 1)Verification that established benchmarks and control are accurate.28 2)Use of Benchmarks to furnish and maintain all reference lines and grades29 for tunneling.30 3)Use of line and grades to establish the location of the pipe.31 4)Submit to the City copies of field notes used to establish all lines and32 grades, if requested, and allow the City to check guidance system setup prior33 to beginning each tunneling drive.34 5)Provide access for the City, if requested, to verify the guidance system and35 the line and grade of the carrier pipe.36 6)The Contractor remains fully responsible for the accuracy of the work and37 correction of it, as required.38 7)Monitor line and grade continuously during construction.39 8)Record deviation with respect to design line and grade once at each pipe40 joint and submit daily records to the City.41 9)If the installation does not meet the specified tolerances (as outlined in42 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct43 the installation in accordance with the Contract Documents.44 C. As-Built Survey45 1.Required As-Built Survey will be performed by the Contractor.46 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 7 CITY OF FORT WORTH Chisholm Trail Ranch - NEC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 103785 Revised February 14, 2018 2.Coordination1 a.Contractor is to coordinate with City to confirm which features require as-2 built surveying.3 b.It is the Contractor’s responsibility to coordinate the as-built survey and4 required measurements for items that are to be buried such that construction5 activities are not delayed or negatively impacted.6 c.For sewer mains and water mains 12” and under in diameter, it is acceptable7 to physically measure depth and mark the location during the progress of8 construction and take as-built survey after the facility has been buried. The9 Contractor is responsible for the quality control needed to ensure accuracy.10 3.General11 a.The Contractor shall provide as-built survey including the elevation and12 location (and provide written documentation to the City) of construction13 features during the progress of the construction including the following:14 1)Water Lines15 a)Top of pipe elevations and coordinates for waterlines at the following16 locations:17 (1)Minimum every 250 linear feet, including18 (2)Horizontal and vertical points of inflection, curvature,19 etc.20 (3)Fire line tee21 (4)Plugs, stub-outs, dead-end lines22 (5)Casing pipe (each end) and all buried fittings23 2)Sanitary Sewer24 a)Top of pipe elevations and coordinates for force mains and siphon25 sanitary sewer lines (non-gravity facilities) at the following locations:26 (1)Minimum every 250 linear feet and any buried fittings27 (2)Horizontal and vertical points of inflection, curvature,28 etc.29 3)Stormwater – Not Applicable30 b.The Contractor shall provide as-built survey including the elevation and31 location (and provide written documentation to the City) of construction32 features after the construction is completed including the following:33 1)Manholes34 a)Rim and flowline elevations and coordinates for each manhole35 2)Water Lines36 a)Cathodic protection test stations37 b)Sampling stations38 c)Meter boxes/vaults (All sizes)39 d)Fire hydrants40 e)Valves (gate, butterfly, etc.)41 f)Air Release valves (Manhole rim and vent pipe)42 g)Blow off valves (Manhole rim and valve lid)43 h)Pressure plane valves44 i)Underground Vaults45 (1)Rim and flowline elevations and coordinates for each46 Underground Vault.47 3)Sanitary Sewer48 a)Cleanouts49 (1)Rim and flowline elevations and coordinates for each50 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 7 CITY OF FORT WORTH Chisholm Trail Ranch - NEC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 103785 Revised February 14, 2018 b)Manholes and Junction Structures1 (1)Rim and flowline elevations and coordinates for each2 manhole and junction structure.3 4)Stormwater – Not Applicable4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]5 1.11 FIELD [SITE] CONDITIONS [NOT USED]6 1.12 WARRANTY7 PART 2 -PRODUCTS8 A.A construction survey will produce, but will not be limited to:9 1.Recovery of relevant control points, points of curvature and points of intersection.10 2.Establish temporary horizontal and vertical control elevations (benchmarks)11 sufficiently permanent and located in a manner to be used throughout construction.12 3.The location of planned facilities, easements and improvements.13 a.Establishing final line and grade stakes for piers, floors, grade beams, parking14 areas, utilities, streets, highways, tunnels, and other construction.15 b.A record of revisions or corrections noted in an orderly manner for reference.16 c.A drawing, when required by the client, indicating the horizontal and vertical17 location of facilities, easements and improvements, as built.18 4.Cut sheets shall be provided to the City inspector and Survey Superintendent for all19 construction staking projects. These cut sheets shall be on the standard city template20 which can be obtained from the Survey Superintendent (817-392-7925).21 5.Digital survey files in the following formats shall be acceptable:22 a. AutoCAD (.dwg)23 b.ESRI Shapefile (.shp)24 c.CSV file (.csv), formatted with X and Y coordinates in separate columns (use25 standard templates, if available)26 6. Survey files shall include vertical and horizontal data tied to original project27 control and benchmarks, and shall include feature descriptions28 PART 3 -EXECUTION29 3.1 INSTALLERS30 A.Tolerances:31 1.The staked location of any improvement or facility should be as accurate as32 practical and necessary. The degree of precision required is dependent on many33 factors all of which must remain judgmental. The tolerances listed hereafter are34 based on generalities and, under certain circumstances, shall yield to specific35 requirements. The surveyor shall assess any situation by review of the overall plans36 and through consultation with responsible parties as to the need for specific37 tolerances.38 a.Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical39 tolerance. Horizontal alignment for earthwork and rough cut should not exceed40 1.0 ft. tolerance.41 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 7 CITY OF FORT WORTH Chisholm Trail Ranch - NEC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 103785 Revised February 14, 2018 b.Horizontal alignment on a structure shall be within .0.1ft tolerance.1 c.Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and2 walkways shall be located within the confines of the site boundaries and,3 occasionally, along a boundary or any other restrictive line. Away from any4 restrictive line, these facilities should be staked with an accuracy producing no5 more than 0.05ft. tolerance from their specified locations.6 d.Underground and overhead utilities, such as sewers, gas, water, telephone and7 electric lines, shall be located horizontally within their prescribed areas or8 easements. Within assigned areas, these utilities should be staked with an9 accuracy producing no more than 0.1 ft tolerance from a specified location.10 e.The accuracy required for the vertical location of utilities varies widely. Many11 underground utilities require only a minimum cover and a tolerance of 0.1 ft.12 should be maintained. Underground and overhead utilities on planned profile,13 but not depending on gravity flow for performance, should not exceed 0.1 ft.14 tolerance.15 B.Surveying instruments shall be kept in close adjustment according to manufacturer’s16 specifications or in compliance to standards. The City reserves the right to request a17 calibration report at any time and recommends regular maintenance schedule be18 performed by a certified technician every 6 months.19 1.Field measurements of angles and distances shall be done in such fashion as to20 satisfy the closures and tolerances expressed in Part 3.1.A.21 2.Vertical locations shall be established from a pre-established benchmark and22 checked by closing to a different bench mark on the same datum.23 3.Construction survey field work shall correspond to the client’s plans. Irregularities24 or conflicts found shall be reported promptly to the City.25 4.Revisions, corrections and other pertinent data shall be logged for future reference.26 27 3.2 EXAMINATION [NOT USED]28 3.3 PREPARATION [NOT USED]29 3.4 APPLICATION30 3.5 REPAIR / RESTORATION31 A.If the Contractor’s work damages or destroys one or more of the control32 monuments/points set by the Developer’s Project Representative, the monuments shall be33 adequately referenced for expedient restoration.34 1.Notify City or Developer’s Project Representative if any control data needs to be35 restored or replaced due to damage caused during construction operations.36 a.Contractor shall perform replacements and/or restorations.37 b.The City or Developer’s Project Representative may require at any time a38 survey “Field Check” of any monument or benchmarks that are set be verified39 by the Developer’s Project Representative before further associated work can40 move forward.41 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 7 CITY OF FORT WORTH Chisholm Trail Ranch - NEC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 103785 Revised February 14, 2018 3.6 RE-INSTALLATION [NOT USED]1 3.7 FIELD [OR] SITE QUALITY CONTROL2 A.It is the Contractor’s responsibility to maintain all stakes and control data placed by the3 Developer’s Project Representative in accordance with this Specification. This includes4 easements and right of way, if noted on the plans.5 B.Do not change or relocate stakes or control data without approval from the City.6 3.8 SYSTEM STARTUP7 A.Survey Checks8 1.The City reserves the right to perform a Survey Check at any time deemed9 necessary.10 2.Checks by City personnel or 3rd party contracted surveyor are not intended to11 relieve the contractor of his/her responsibility for accuracy.12 13 3.9 ADJUSTING [NOT USED]14 3.10 CLEANING [NOT USED]15 3.11 CLOSEOUT ACTIVITIES [NOT USED]16 3.12 PROTECTION [NOT USED]17 3.13 MAINTENANCE [NOT USED]18 3.14 ATTACHMENTS [NOT USED]19 END OF SECTION20 21 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 8/31/2017 M. Owen Added instruction and modified measurement & payment under 1.2; added definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 – PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. 2/14/2018 M Owen Removed “blue text”; revised measurement and payment sections for Construction Staking and As-Built Survey; added reference to selection compliance with TGC 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as-built survey “during” and “after” construction; and revised acceptable digital survey file format 22 01 74 23 - 1 DAP CLEANING Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 74 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. City Project No. 103785 Chisholm Trail Ranch - NEC 01 74 23 - 2 DAP CLEANING Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. City Project No. 103785 Chisholm Trail Ranch - NEC 01 74 23 - 3 DAP CLEANING Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] City Project No. 103785 Chisholm Trail Ranch - NEC 01 74 23 - 4 DAP CLEANING Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application City Project No. 103785 Chisholm Trail Ranch - NEC 01 77 19 - 1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 77 19 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City’s Project Representative. City Project No. 103785 Chisholm Trail Ranch - NEC 01 77 19 - 2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion City Project No. 103785 Chisholm Trail Ranch - NEC 01 77 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor’s Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application City Project No. 103785 Chisholm Trail Ranch - NEC 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 ½ inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer’s printed data, or neatly typewritten City Project No. 103785 Chisholm Trail Ranch - NEC 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. City Project No. 103785 Chisholm Trail Ranch - NEC 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams City Project No. 103785 Chisholm Trail Ranch - NEC 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings City Project No. 103785 Chisholm Trail Ranch - NEC 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 – title of section removed 4/7/2014 M.Domenech Revised for DAP Application City Project No. 103785 Chisholm Trail Ranch - NEC 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City’s Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. City Project No. 103785 Chisholm Trail Ranch - NEC 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". City Project No. 103785 Chisholm Trail Ranch - NEC 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. City Project No. 103785 Chisholm Trail Ranch - NEC 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application City Project No. 103785 Chisholm Trail Ranch - NEC CITY OF FORT WORTH City Project No. 103785 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Chisholm Trail Ranch - NEC Revised March 20, 2020 GC-4.02 SUBSURFACE AND PHYSICAL CONDITIONS r���n �n�ir-���s��n� �Aouw PROJECT NO. 21163 JULY, 2016 GEOTECHNICAL INVESTIGATION RETAIL/RESTAURANT BUILDINGS CHISHOLM TRAIL PARKWAY AND MCPHERSON ROAD FORT WORTH, TEXAS Presented To: STREETLEVEL INVESTMENTS DALLAS,TEXAS F�EEL7 � EF—IGII—iE�R1f1 ..�� GE6TECHNICALAIYD � R o u Q EfVvIRC1F�MENThL i[7Ni41l7ANT5 J uly 12, 2fl t 6 !'r�jcct Nn. 21 l fi3 Ms. Aru1e Kuta S ireetLeve I I n �•estnlents 59�0 BLrkslii�-c La��c, Suite 2�D U�11a5, ']'exas 75�25 GE�TECHNICFii� �NVESTI(YATION RETAILIRESTAURANT BLTILDINGS �HISHDLM "1'RAIL PARI�WAi' AND MCPHERS�N ROAD FU1tT WDRTH, TEKAS Dear Ms, I<uta: Trai�smiltec� herewith are copies of the referencec! report. Shauld you ha�e any q�iestinns con�erning o�tr findings or if yau desire additiotlal information, do not hes�tatc to call. C; ol, ���,��r�,y, RI:ED �;NG1�fE�l�iNLT G �,C�.�'l��'r`]� R��isl���Tion Ni:�n�ir�-3 �" . ' �es f '�f�St �L Ronald P. Reed, P.�. Principal [�HIRFRJapv capies sub�nitted: �3} �' � - . �'"*.� tDNAL� F.�R�ED, F,E .�=. 4$17��,•���- �1 ���s� � NS , ,�,�= l�,_IaNAL�N�� ta2a s7urz �rtf�e, suir� �ou PALLAS,T7[ 75235 GEaTECHPI�CAL �HGii+]EERING [el 2E4.350.5600 fax 214.350.0[7�4 ElJVIRCINl�IENTAL CQF+SSULTIPJG www.raed-engineerfng.com �_�:7rIifRUC71�N MA7ERIALS TESTIhFG r���n �n�ir-���s�in� �Aouw TABLE OF CONTENTS PAGE INTRODUCTION....................................................................................................1 Project Description ...................................................................................... 1 Authorization................................................................................................ l Purpose and Scope ....................................................................................... l FIELD AND LABORATORY INVESTIGATIONS ............................................ 2 General.......................................................................................................... 2 FieldInvestigation ........................................................................................2 LaboratoryTesting ...................................................................................... 3 GENERAL SITE CONDITIONS ...........................................................................4 Physiography................................................................................................ 4 Geology and Stratigraphy ...........................................................................4 GroundWater ..............................................................................................5 Texas Health and Safety Code and TCEQ Comment .............................. 6 Seismic Site Classification ........................................................................... 6 ANALYSIS AND RECOMMENDATIONS ..........................................................7 Potential Vertical Movements .....................................................................7 FoundationDesign ....................................................................................... 8 Laterally-Loaded Piers ................................................................................ l l GradeBeams ................................................................................................ 13 FloorSlabs ....................................................................................................13 RetainingWalls ............................................................................................19 DetentionPond .............................................................................................21 Earthwork.....................................................................................................22 Pavement....................................................................................................... 24 Construction Observation and Testing Frequency ...................................26 � r���n �n�in����n� �RouP TABLE OF CONTENTS (Continued) ILLUSTRATIONS PLATE PLANOF BORINGS ...............................................................................................1 BORINGLOGS ....................................................................................................... 2-47 KEYS TO TERMS AND SYMSOLS USED .........................................................48&49 LABORATORY TEST RESULTS ........................................................................ 50-54 2016 AERIAL PHOTOGRAPH ............................................................................. 55 � r���n �n�ir-���s�in� �Aouw INTRODUCTION Project Description This report presents the results of a geotechnical investigation performed for proposed retail/restaurant buildings to be located at the southeast corner of Chisholm Trail Parkway and McPhcrson Road in Fort Worth, Texas. The general orientation of the site is shown on the Plan of Borings, Plate 1 of the report Illustrations. The project consists of construction of 25 retail/restaurant buildings varying in size from approximately 2,700 to 50,000 square feet with associated site paving. A detention pond and retaining walls are also included in the project. Based on a site grading plan provided, Cnished floors have been established at elevations varying from 845.84 to 852.75. Authorization This investigation was authorized by Ms. Anne Kuta of StreetLevel Investments by signature of our Proposal No. 4-60 on May 4, 2016. Purpose and Scope The purpose of this investigation has been to evaluate the general subsurface conditions and provide recommendations for: � design of the foundation systems; • floor slabs; • retaining walls; • pavement subgrade; and � site preparation and earthwork compaction criteria. Project No. 21163 - 1- July 12, 2016 r���n �n�ir-���s�in� �Aouw The investigation has included drilling sample borings, performing laboratory testing, analyzing engineering and geologic data and developing geotechnical recommendations. The following sections present the methodology used in this investigation. Recommendations provided herein are site-specific and were developed for the project discussed in the report Introduction. Persons using this report for other than the intended purpose do so at their own risk. FIELD AND LABORATORY INVESTIGATIONS General The field and laboratory investigations have been conducted in accordance with applicable standards and procedures set forth in the 2016 Annual Book of ASTM Standards, Volumes 04.08 and 04.09, "Soil and Rock." These volumes should be consulted for information on specific test procedures. Field Investigation Subsurface conditions were evaluated by a total of 46 sample borings drilled to depths of 6 to 25 feet in June 2016. The locations of the borings are shown on Plate 1 of the report Illustrations. Borings werc locatcd in thc ficld using a GPS (global positioning system) unit. The accuracy of this unit is estimated to be within plus or minus one meter. Project No. 21163 - 2- July 12, 2016 r���n �n�ir-���s�in� �Aouw Borings were advanced between sampling intervals by means of a truck-mounted drilling rig equipped with continuous flight augers. Samples of cohesive soils were obtained with 3-inch diameter Shelby tubes (ASTM D 1587). Weathered and unweathered limestone was evaluated in- situ using the Texas Department of Transportation (TxDOT) cone penetrometer test. Delayed water level observations were made in the open boreholes to evaluate ground water conditions. Borings were backfilled at completion of field operations. Sample depth, description of materials, field tests, water conditions and soil classi�cation [Unified Soil Classification System (USCS), ASTM D 2488] are presented on the Boring Logs, Plates 2 through 47. Keys to terms and symbols used on the logs are included as Plates 48 and 49. Elevations shown on the boring logs are approximate, and have been interpolated to the nearest foot based on topographic information developed by Dunaway Associates dated May 1 l, 2016. Laboratory Testing All samples were returned to the laboratory and visually logged in accordance with the USCS. The consistency of cohesive soils was evaluated by means of a pocket penetrometer. Results of the pocket penetrometer readings are presented on the boring logs. Laboratory tests were performed to evaluate index properties and confirm visual classification of selected samples. Tests and ASTM designations are provided in Table 1. Project No. 21163 - 3- July 12, 2016 r���n �n�ir-���s�in� �Aouw TABLE 1. TESTS CONDUCTED AND ASTM DESIGNATIONS Type of Test ASTM Designation Atterberg Limits D 4318 Moisture Content D 2216 Partial Gradation D 1140 The results of these tests are summarized on Plates 50 through 54. GENERAL SITE CONDITIONS Physiography Based on topographic information provided, the site sloped generally to the northeast, with approximately 30 feet of fall. Site grade varied from Elev. 865.0 in the southwestern portion of the site to Elev. 835.0 in the northeastern portion. Short grass, weeds and tall grass covered the ground and no trees were present within the site at the time of our investigation. An aerial photograph dated January 29, 2016 is shown as Plate 55 for reference. Geology and Stratigraphy Subsurface conditions encountered in the borings consisted of alluvial soil overlying weathered grading to unweathered limestone of the Cretaceous Main Street Limestone and Grayson Marl Formations. The alluvial soil consisted of dark brown to brown to light gray, stiff to hard, high Project No. 21163 - 4- July 12, 2016 r���n �n�ir-���s�in� �Aouw to low plasticiry (CH to CL) clay and sandy clay, clayey sand (SC) and gravelly clay (GC) with varying amounts of sand, gravel, and calcareous concretions. The alluvial soil extended to depths of 1/2 to 9 feet. Tan, hard to very hard (rock classification), weathered limestone was encountered below the alluvial soil in all the borings except Boring B-28. Borings B-4 and B-12 terminated within the tan, weathered limestone. The tan, weathered limestone graded into gray, very hard (rock classification), unweathered limestone at depths of 9 to 20 feet below existing (June 2016) grade. All borings except Borings B-4, B-12 and B-28 terminated within the gray, very hard, unweathered limestone. In Boring B-28, residual soil was encountered beneath the alluvial soil, and consisted of light brown grading with depth to brown and dark brown, low to high plasticity (CL to CH) clay. The CL clay was dual-classified as severely weathered limestone of the Main Street Formation. Below the severely weathered limestone, severely weathered shale of the Grayson Marl Formation was encountered. The severely weathered shale possesses the engineering properties of high plasticity (CH) clay and is dual-classified as such on the boring log. The severely weathered shale extended to a depth of 23 feet, whereupon dark gray, soft (rock classification), unweathered shale was encountered. Boring B-28 terminated within the unweathered shale. Ground Water Ground water seepage was encountered at depths of 2 to 18 feet in 11 borings during drilling operations. Based on post-drilling water level observations, ground water was present at depths of 1/2 to 22 feet in June 2016. The ground water is perched above the relatively impermeable, Project No. 21163 - 5- July 12, 2016 r���n �n�ir-���s�in� �Aouw unweathered limestone and shale in the overlying alluvial/residual soils. The shallow ground water is partially attributed to infiltration of surface water into the open borcholes from a rainfall event that occurred during the first two days of June 2016. The depth to, and amount of ground water, will fluctuate with variations in seasonal and yearly rainfall. Texas Health and Safety Code and TCEQ Comment Pursuant to the Texas Health and Safety Code, Chapter 361, §361.538 and 30 Texas Administrative Code 330, §330.953, Reed Engineering Group, Ltd. has performed appropriate soil tests as required by these regulations to demonstrate that the subject property does not overlie a closed municipal solid waste landfill. The site observations and subsurface data do not indicate the presence of buried municipal solid waste at this site. Based on these data, development of this site should not require a Development Permit, as described in §361.532 and §§330.951-330.963, Subchapter T. Seismic Site Classification The site has been classified with respect to seismic design criteria coi7tained in the 2012 International Building Code (iBC), Section 1613, and ASCE/SEI 7, Chapter 20. The criteria require characierization of the upper 100 feet of subsurface materials. Based on the ASCE/SEI 7- 10 criteria, the site is classified as Site Class B in accordance with Table 20.3-1. Project No. 21163 - 6- July 12, 2016 r���n �n�ir-���s�in� �Aouw ANALYSIS AND RECOMMENDATIONS Potential Vertical Movements Potential Vertical Movements (PVM) were evaluated using an empirical procedure developed by McDowelll and modified by the Texas Department of Transportation, TxDOT Test Method 124- E�. Based on the PVM calculations and past experience, potential movements are estimated to be on the order of one to three inches, dependent upon location and thickness of expansive soil. Movement will be associated with seasonal changes in soil moisture. Ground-supported improvements (i.e., sidewalks and paving) will move in response to changes in soil moisture. The movement will be observed as heave if the soils are dry at the time the pavement or sidewalk is constructed. The movement will be observed as settlement if the soils are moist at the time of construction. Generally, settlement will be limited to the outer perimeter (outer four to five feet) of larger slabs. Prudent watering during extended dry climatic periods can control settlement. Recommendations are provided to limit movement below the buildings; however, some movement of site paving and sidewalks should be anticipated. The estimated PVM is based on finished floor elevations as indicated on a site grading plan by Dunaway Associates dated May 1 l, 2016. If finished floor elevations are changed by more than one foot from this grading plan, this office should be consulted for additional analysis and recommendations. ' McDowell, C. "The Relation of Labaratory Testing to Design for Pavements and Structures on Expansive Soils." Quarterly of the Colorado School of Mines, Volume 54, No. 4, 127-153. 2"Method for Determining the Potential Vertical Rise, PVR.° (1978). Texas Department of Transportation, Test Method Tex-124-E. Project No. 21163 - 7- July 12, 2016 r���n �n�ir-���s�in� �Aouw Foundation Design Foundation support for concentrated column loads should be provided by auger-excavated, straight-shaft, reinforced concrete piers. The piers should be founded within either the weathered limestone, or the gray, unweathered limestone at depths of 10 to 20 feet (Elev. 827.0 to 852.5) below rp esent (June 2016) grades at the majority of the site. The piers may be also founded within the dark gray, unweathered shale at a depth of 23 feet (Elev. 814.0) encountered in the area of Boring B-28. In the areas of Borings B-4 and B-12, neither unweathered limestone nor unweathered shale was encountered. Close observation of pier shaft excavation in these areas will be required to locate the unweathered bedrock. Due to the presence of very hard limestone, specialized drilling equipment may be necessary during pier shaft excavation. Minimum pier depths and recommended bearing values are provided in Table 2. TABLE 2. RECOMMENDED BEARING Minimum�'� Allowable End Skin�2► Bearing Penetration Bearing Friction Strata (feet) (ksf) (ksf) Tan Weathered Limestone 3.0 10 2.5 Gray, Unweathered Shale 2.0 18.0 3.5 Gray, Unweathered Limestone 1.0 60.0 10.0 1. Minimum penetration for piers is measured from the top of the bearing stratum. 2. Recommended skin friction is applicable for the portion of the pier below the minimum penetration. Project No. 21163 - 8- July 12, 2016 r���n �n�ir-���s�in� �Aouw The end bearing and skin friction values are applicable for portions of the piers extended below the minimum penetration recommended for each stratum. No portion of the pier surface area above the minimum penetration should be counted on to provide shear (skin friction) resistance. At some locations, more than 10 feet of weathered limestone overlies the unweathered limestone. At these locations, piers may be supported within a combination of either the tan, weathered limestone or unweathered, gray limestone. This can generally be accomplished in the field by specifying on the pier schedule "x feet into weathered limestone or y feet in unweathered limestone, whichever occurs first". Piers proportioned in accordance with these allowable bearing and skin friction values will have a minimum factor of safety of three considering a shear or plunging failure. The weight of the pier concrete below �nal grade may be neglected in determining foundation loads. Properly constructed piers should not undergo post-construction settlement in excess of 1/4 inch. Piers will be subjected to uplift associated with swelling within the upper clays. The piers should contain reinforcing steel throughout thc pier shafts to resist the tensile uplift forces. Reinforcing requirements may be estimated based on an uplift pressure of 1.0 kips per square foot (ks� acting over the top 4 feet of pier surface area. The recommended uplift value is considered a working load. Appropriate factors of safety should be applied in calculating the percent of reinforcement. "Mushrooming", or widening of the upper portion of the pier sha�ft, will significantly increase the uplift pressure from the upper clays. "Mushrooms" should be removed from the piers prior to backfill operations. Project No. 21163 - 9- July 12, 2016 r���n �n�ir-���s�in� �Aouw Pier caps underlain by clay should not be used with the piers unless a minimum void of 4 inches (Factor of Safety of approximately 1.3) is created below the portion of the cap extending beyond the shaft diameter. Pier caps founded on or within the tan, weathered limestone will not require construction of void beneath them. Uplift resistance will be provided by negative friction within the weathered limestone, gray, unweathered limestone or dark gray, unweathered shale. Straight-shaft piers penetrating the minimum penetrations identified in Table 2 will have sufficient resistance to uplift from the upper soils. Uplift resistance to structural loads can be calculated using 2.5 ksf within the dark gray, unweathered shale and 6.0 ksf within the gray, unweathered limestone. These values should be applied for all portions of the piers extending below the minimum penetration depth into the gray, unweathered limestone or dark gray, unweathered shale. Piers designed using the above values will have a minimum factor of safety of three considering a shear failure in uplift. The presence and quantity of ground water will fluctuate with variations in seasonal and annual rainfall. Temporary casing of pier excavations should be anticipated over much of the site. The casing should be seated a sufficient distance into the gray, unweathered limestone/dark gray, unweathered shale to prevent infiltration of ground water and sloughing of soils into the pier shaft excavations. Close coordination of drilling and concrete placement should limit the necessity for casing or dewatering of pier excavations for some portions of the site. Project No. 21163 - 10 - July 12, 2016 r���n �n�ir-���s�in� �Aouw Pier excavations should be dry and free of deleterious materials prior to concrete placement. in no case should thc pier shaft excavations remain open for more than six hours prior to concrete placement. Continuous observation of the pier construction by a representative of this office is recommended. Observation is recommended to confirm the bearing stratum and that the excavations are dry prior to placement of concrete. Laterally-Loaded Piers It is anticipated that the piers may be evaluated for lateral loading. L-Pile software is frequently used for the analysis and design of piers subject to lateral loads. Geotechnical input parameters for L-Pile analysis are provided in Table 3 below. Project No. 21163 - 11 - July 12, 2016 r���n �n�ir-���s�in� �Aouw TABLE 3. `L-PILE' PARAMTERS Material Upper Weathered Unweathered Unweathered Type CH/CL Clay Limestone Limestone Shale Depth Range (feet) 0— 10 10— 20 20+ 23+ Cohesion 500 -- -- -- (psf) Unit Weight Above Below (pcf) Water Water 135 140 130 125 62.5 Subgrade Modulus (pci) 100 -- -- -- Strain Factor 0.007 -- -- 0.004 (E5o) Compressive Strength (psi) -- 800 2,000 200 The specific pile diameter, head fixity, and load should be analyzed. A minimum pier spacing of three pier diameters, center-to-center, is recommended to limit stress overlap. Project No. 21163 - 12 - July 12, 2016 r���n �n�ir-���s�in� �Aouw Grade Beams Grade beams should be constructed with a minimum void of 4 inches (approximately Factor of Safety of 1.3) beneath them. Grade beams cast directly on top of weathered limestone will not require a void. A void is recommended to limit potential foundation movements associated with swelling of the underlying soils. The void can be created below grade beams by use of wax-impregnated cardboard forms. Retainer boards along the outside of the grade beam will not be i7ecessary. Grade beams should be double-formed. Earth-forming of beams below ground is not recommended because of the inability to control the beam excavation width. Fill on the outside of perimeter grade beams should be placed in a controlled manner. Backfill should consist of site-excavated clays, or equal, placed and compacted in accordance with the Earthwork section. If bedding soils must be used adjacent to the perimeter of the buildings, the clay/bedding soil interface should be sloped to drain away from the buildings. Compaction criteria are included in the Earthwork section. Floor Slabs Potential movements associated with heave from a dry condition to a moist condition are estimated to be on the order of one to three inches, dependent upon location and thickness of clay. Additional movement is possible if the clays become saturated, such as can happen from utility leaks and excessive ponding of water adjacent to the perimeter walls. Project No. 21163 -13- July 12, 2016 r���n �n�ir-���s�in� �Aouw Two types of floor systems are considered feasible; suspended floors and ground-supported (or "floating") slabs. The suspended floor is considered the most expensive but does provide the highest degree of confidence that post-construction movement of the floor will not occur. If this alternative is desired, a minimum void of six inches (approximate factor of safety of two) is recommended between the soil and the lowest structural element of the floor system. For this alternative, plumbing lines should be suspended a minimum of four inches above the underlying soils. Where plumbing lines transition into the soil, they must be free to move up to three inches without intercepting the structure or distressing plumbing joints. Use of ground-supported floors is feasible, provided the risk of some post-construction floor movement is acceptable. The potential movement can be reduced by proper implemei7tation (i.e., construction) of remedial earthwork recommended in the following paragraphs. The risk of the potential movement occurring can be reduced by implementation of positive grading of surface water away from the buildings and backfilling immediately adjacent to the structure with on-site clays. Table 4 shows the 17 buildings that are proposed for the development. The finished floor elevations and topography data are based in information that was provided to this office by Dunaway Associates dated May 1l, 2016. if finished floors are altered by more than plus or minus one foot, this office should be consulted for additional analysis and recommendations. Project No. 21163 - 14 - July 12, 2016 r���n �n�ir-���s�in� �Aouw The most economical way of limiting the potential for post-construction floor movement, and the most positive from a design perspective, is to reduce the potential for heave-related movement prior to construction of the floors. This can be accomplished by mechanically excavating the upper soils, mixing the soils with water, then recompacting the soils at an elevated moisture in controlled lifts. The excavation and recompaction depths for each of the buildings are identified in Table 4. All excavation depths are based on the finished floor elevation for each specific building. TABLE 4. BUILDING DESIGNATION AND SUBGRADE MODIFICATION Approximate Cut Minimum Depth of and Fill to Excavation Below Building No./ Finished Floor Achieve Finished Finished Designation Elevation Subgrade Subgrade (Elev.) Building 1, Retail 3 852.25 1 to 6 Feet of Fill 4 Feet (848.25) Building 2, DSW 852.25 2 to 5 Feet of Fill 4 Feet (848.25) Building 3, ULTA 852.25 2 to 5 Feet of Fill 6 Feet (846.25) Building 4, Ross 852.25 0 to 4 Feet of Fill 4 Feet (848.25) Building 5, Lane Bryant 852.25 0 to 2 Feet of Cut 2 Feet (850.25) Building 6, Retail 1 852.25 2 Feet of Cut 0 Building 7, 5 Below 852.25 3 to 5 Feet of Cut 0 Building 8, Dick's 852.75 4 to 10 Feet of Cut 0 Building 9, Retail 2 852.25 6 to 9 Feet of Cut 0 Building 10, Maurice's 852.25 5 to 6 Feet of Cut 0 Building 11, Michaels 851.75 2 to 5 Feet of Cut 0 Building 12, Marshalls 850.75 0 to 3 Feet of Cut 0 TABLE 4. Project No. 21163 - 15 - July 12, 2016 r���n �n�ir-���s�in� �Aouw BUILDING DESIGNATION AND SUBGRADE MODIFICATION (Continued) Approximate Cut Minimum Depth of and Fill to Excavation Below Building No./ Finished Floor Achieve Finished Finished Designation Elevation Subgrade Subgrade (Elev.) Building 13, Kirkland's 849.75 Balance 0 Building 14, Dress Barn 849.75 Balance 4 Feet (845.75) Building 15, Tuesday 848.75 0 to 3 Feet of Fill 4 Feet (844.75) Morning Building 16, Party City 847.75 0 to 4 Feet of Fill 2 Feet (845.75) Building 17, Pets 846.75 0 to 4 Feet of Fill 0 Building 18, Shops A 851.56 5 to 9 Feet of Fill 0 Building 19, Shops C 845.84 2 to 9 Feet of Fill 0 Building 20, Shops B 853.25 2 to 6 Feet of Fill 0 Building 21, Shops D 848.02 Balance 0 Building 22, REST A 851.0 1 Foot of Cut 0 Building 23, REST B 851.0 Balance 0 Building 24, REST C 851.0 1 to 2 Feet of Cut 0 Building 25, REST D 851.0 1 Foot of Cut 0 1. For the building pads with no earth remediation, cap the building pads outlined as follows. A surface seal will be required to maintain the desired moisture for all the building pads. Two types of surface seals can be provided: � a minimum of 12 inches of "select" fill; or • a minimum of 6 inches of flexible base. Project No. 21163 - 16 - July 12, 2016 r���n �n�ir-���s�in� �Aouw Experience has shown comparable performance for either of the recommended surface treatments. This method of pre-wetting the soils is not effective unless the water is uniformlv blended with the soil. Simply wetting the surface of the soil will not achieve the required result. General procedures are as follows. l. Strip vegetation and dispose of the organic materials in accordance with the project specifications. 2. Excavate the building footprints to the elevations shown in Table 4 above. Extend the footprint of the excavated area a minimum of 5 feet beyond the general building lines and a minimum of 10 feet beyond entrances. 3. Scarify the exposed subgrade to a depth of six inches, water as necessary and recompact to the density and moisture recommended in the Earthwork section. Scarification of competent limestone is not necessary. 4. Compact site-excavated soils in lifts as outlined in the Earthwork section to the subgrade required for the desired moisture cap. Place and compact soils in accordance with recommendations in the Earthwork section. • Note: If insufficient on-site fill exists to achieve the proposed subgrade for the "select" fill or flexible base options, all imported fill for use below the buildings should consist of "select" fill, flexible base, or approved common fill. Balance on-site soils to provide a uniform thickness of "select" fill or flexible base. 5. Place and compact the surface moisture barrier, consisting of either: • 12 inches of "select" fill; or • 6 inches of flexible base. Placement recommendations for "select" fill and flexible base are included in the Earthwork sect�on. Project No. 21163 - 17 - July 12, 2016 r���n �n�ir-���s�in� �Aouw Consideration should be given to benching the perimeter of the excavation, from the bottom up, at one horizontal to onc vertical (1 H:1 V) to create a transition between reworked soils and non- reworked soils. This will decrease the potential for concentrated differential movement between treated and untreated areas. The moisture cap should be placed within approximately seven working days following completion of the excavation and recompaction operations to limit moisture loss. Careful consideration should be given to the actual area treated with excavation and recompaction method to reduce movement. The potential for post-construction heave will be reduced in the treated areas; however, areas left untreated will result in differential movement. in general, it is recommended the treated area extend beyond the buildings to reduce the potential for differential movement among the buildings, the sidewalk and entrance pavement or in areas where site paving is relatively flat because of drainage or ADA considerations. The lateral extent of the treated area should be reviewed by the design team and owner to address desired reduction of movement outside the structure and surface paving. Potential post-construction floor movement associated with heave, considering a properly reworked subgrade, is anticipated to be on the order of one inch. Additional movement is possible if the clays become saturated, such as can happen from utility leaks and excessive ponding of water adjacent to the perimeter walls. Positive drainage of water away from the structure must be provided and maintained after construction. Architectural detailing of interior finishes should allow for approximately one inch of differential floor movement. Project No. 21163 - 18 - July 12, 2016 r���n �n�ir-���s�in� �Aouw A minimum 10-mil thick polyethylene sheet is recommended below the floors to limit migration of moisture through the slabs from the underlying soils. This is of particular importance below sections of the floors covered with carpeting, paint or tile. Penetrations and lapped joints should be sealed with a waterproof tape. Retaining Walls Lateral earth pressures against retaining walls will be a function of the backfill within the "active zone" of earth pressure. The "active zone" can be estimated as an included angle of 38° from the vertical, extended upward from the base of the wall. Considering backfill using site-excavated materials, lateral earth pressures can be estimated based on an equivalent fluid pressure of 55 pounds per cubic foot (pc� for active conditions, or 75 pcf for at-rest conditions. Rotation, or lateral movement on the top of the wall, equal to 0.02 times the height of the wall will be necessary for on-site soil backfill for the "active" condition. Alternatively, imported "select" fill may be used as backfill in the active zone. Considering "select" fill, lateral earth pressures can be estimated based on an equivalent fluid pressure of 40 pcf, active conditions, or 60 pcf at-rest conditions. Lateral movement of the top of the wall equal to 0.001 times the height of the wall will be necessary for the "active" pressure condition for "select" fill backfill. Project No. 21163 - 19 - July 12, 2016 r���n �n�ir-���s�in� �Aouw The lateral earth pressures are applicable for horizontal surface grades and non-surcharged, drained conditions. A drainage system should be installed behind the base of the retaining walls to limit development of excess hydrostatic pressures. The drainage system should consist, as a minimum, of 12-inch by 12-inch pocket drains spaced 15 feet on-center, installed near the base of the wall. Fill in the pocket drains should consist of durable crushed stone such as ASTM C 33, Size 67 or coarser, wrapped in filter fabric (Mira� 140N or equivalent). Backfill around the gravel drain should consist of site-excavated soils or "select" fill. A compacted clay cap is recommended within the upper two feet of the surface to limit surface-water infiltration behind the walls. Retaining walls may be founded on spread or continuous footings placed a minimum of 18 inches into undisturbed, on-site soils or compacted and tested fill. Footings should be proportioned for a maximum bearing pressure of 3,000 pounds per square foot (ps�. Movement of the footings and walls should be anticipated. Flexible walls are recommended. Solid concrete walls should be battered into the soil to limit outward rotational movement caused by differential footing movement. Passive resistance to lateral movement can be estimated based on an equivalent fluid pressure of 450 pcf for on-site materials. This value is applicable for footings founded on undisturbed, on-site soils or compacted and tested fi1L In addition to passive resistance, a coefficient of friction between the base of the footing and the underlying soil equal to 0.35 may be used. The lateral earth pressure values do not incorporate specific factors of safety. If applicable, factors of safety should be integrated into the structural design of the wall. Project No. 21163 - 20 - July 12, 2016 r���n �n�ir-���s�in� �Aouw Earth slopes greater than eight feet in height should be evaluated for global stability. This also applies to slopes combined with retaining walls that have a combined height in excess of eight feet. Global stability analysis was not within the scope of the present investigation. This office can assist in the analysis if desired. All constructed slopes should be vegetated as soon as possible. Use of erosion control fabric is recommended during vegetation of the slopes. Detention Pond It is understood that a detention pond will be constructed in the area of Boring 46. The depth of the proposed detention pond is currently unknown. Based on the conditions encountered in the boring within the detention pond area, the bottom of the proposed detention pond will likely be in tan/gray limestone. It is recommended that a slope of 3H:1V be used in the detention pond. To eliminate the need for a slope stability study, it is also recommended that, where the slopes in the ponds are in excess of 8 feet tall, the slopes in thc clay be no steeper ihan 4H:1 V. This of�ce can assist the Civil Engineer in identifying how to accomplish this, if desired. If it is necessary to limit seepage from the pond, such as for a water feature, a minimum two-foot thick clay liner should be constructed. Site excavated clay may be used for the liner provided that that it does not contain more than 20 percent material larger than the No. 40 sieve. Limestone fragments larger than six inches should be removed or broken down prior to use as fill for the liner. Fill should be placed and compacted in accordance with the Earthwork section. Project No. 21163 - 21 - July 12, 2016 r���n �n�ir-���s�in� �Aouw Earthwork All vegetation and topsoil containing organic material should be cleared and grubbed at the beginning of earthwork construction. Areas of the site that will underlie fill or within the buildings should be scarified to a depth of 6 inches and recompacted to a minimum of 92 percent and a maximum of 98 percent of the maximum density, as determined by ASTM D 698, "Standard Proctor". The moisture content should range from +2 to +5 percentage points above optimum. Site-excavated soils should be placed in maximum eight-inch loose lifts and compacted to the moisture and density requirements outlined above. The soils should be uniformly blended with water to achieve the required moisture content. The final 6 inches of subgrade below pavement should be compacted to a minimum of 95 percent of Standard Proctor, ai or above optimum moisture. Areas where compaction utilizing hand-held equipment will be required, such as for site utilities, should be compacted to a density of between 95 and 98 percent of Standard Proctor, at a moisture content of between +2 to +5 percentage points above optimum. If testing of the fill is not performed by a representative of Reed Engineering Group, Ltd., it is recommended that the testing agency perform one-point swell tests at a pressure of 450 psf on laboratory samples compacted to the above recommended density and moisture. If test results indicate that the swell will exceed one percent, the field moisture should be adjusted to limit the potential for swell to less than one percent. Project No. 21163 - 22 - July 12, 2016 r���n �n�ir-���s�in� �Aouw Proper backfilling around the building perimeters will reduce the potential for water seepage beneath the structures. Fill against the perimeter of the foundation should consist of site- excavated clays, or equal, placed and compacted in accordance with the recommendations outlined above. "Select" fill is defined as uniformlv blended clayey sand with a Plasticity Index (PI) of between 4 and 15. Select fill should be placed in maximum 8-inch loose lifts and compacted to at least 95 percent of the Standard Proctor density, at a moisture content between -2 to +3 percentage points of optimum moisture. Flexible base for use below the building slab is defined as crushed stone or crushed concrete meeting the requirements of the 2004 Edition of TxDOT, "Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges", Item 247 Grade 2, Type A (crushed limestone), or Type D(crushed concrete) or better. Flexible base should be compacted to a minimum of 95 percent of Standard Proctor density, at a moisture content between -2 to +3 percentage points of optimum moisture. The select fill or flexible base should be placed within approximately seven working days over the reworked subgrade to limit moisture loss within the underlying soils. Site-excavated limestone fill may be used in lieu of clayey sand as "select" fill. Limestone fill should be placed in maximum loose lifts of 9 inches and compacted to at least 95 percent Standard Proctor. All limestone fragments larger than six inches should be broken down or removed from the fill prior to compaction. Limestone placed within six inches of the final grade should be reduced in size to three inches or less. Project No. 21163 - 23 - July 12, 2016 r���n �n�ir-���s�in� �Aouw Pavement Concrete pavement is anticipated for both car and light truck parking and for drives and service areas. In general, stabilization of the subgrade is not cost-effective when using rigid pavement and does not significantly increase the load-carrying capacity of the pavement. However, stabilization does provide a construction or working pad and may be advantageous from this perspective, especially if construction occurs during the wetter portions of the year. Stabilization is recommended if traffic speeds will exceed 30 miles per hour (mph). The specific pavement sections will be dependent upon the type and frequency of traffic. For drives and parking subject to cars and light trucks, a 5-inch thick, 3,000 pounds per square inch (psi) compressive strength pavement section constructed over a subgrade which has been scarified and recompacted as outlined in the Earthwork section, should provide for unlimited repetitions over a 20-year life. For drives and service areas subject to the equivalent of four or less loaded semi-trucks per day and within fire lanes, a minimum 6-inch thick, 3,000-psi compressive strength pavement section is recommended. The pavement should be constructed over a subgrade that has been scarified and recompacted as outlined in the Earthwork section. Thicker pavement sections may be necessary within drives used exclusively by delivery traffic. This office can assist the Civil Engineer if necessary upon definition of traffic loads and frequency. Project No. 21163 - 24 - July 12, 2016 r���n �n�ir-���s�in� �Aouw Pavements should be lightly reinforced to control shrinkage cracks. Reinforcing should consist of the approximate equivalent of #3 bars (metric #10) at 24 inches on-center. The specific amount of steel should be determined based on spacing of expansion, construction and contraction (saw) joints. Pavement sections should be saw-cut at an approximate spacing in feet of 2.5 to 3 times the pavement thickness expressed in inches, not to exceed a maximum spacing of 20 feet. (For example, a 5-inch pavement should be saw-cut in approximate 12.5- to 15-foot squares.) The actual joint pattern should be carefully designed to avoid irregular shapes. Recommended jointing techniques are discussed in detail in "Guide for Design and Construction of Concrete Parking Lots," published by the Americai7 Concrete Institute3. The above sections are based on the stated analysis and traffic conditions. The pavement designer, typically the Civil Engineer, should review the anticipated traffic with the building owner or end user. If the anticipated traffic will vary from the stated values above, this office can provide alternative sections upon request. Additional thickness or subgrade stabilization may be required to meet the City of Fort Worth development code. �"Guide for Design and Construction of Concrete Parking Lots" (1987). American Concrete lnstitute, Publication MSP 34, Silver Spring, MD. Project No. 21163 - 25 - July 12, 2016 r���n �n�ir-���s�in� �Aouw Construction Observation and Testing Frequency it is recommended the following items (as a minimum) be observed and tested by a representative of this office during construction. Observation: • Fill placement and compaction. • Pier construction and concrete placement. Testin�: • Earthwork � One test per 5,000 square feet per lift within fills below the buildings. • One test per 10,000 square feet per lift within fills in the paving area. � One test per 150 linear feet per lift in utility and grade beam backfill. • One test per 100 linear feet per lift in retaining wall backfill. The purpose of the recommended observation and testing is to confirm the proper foundation bearing stratum and the earthwork and building pads construction procedures. Project No. 21163 - 26 - July 12, 2016 � � u r - i y c w � w�— 'JlM�ld �Ib'2�1 IN�OHSIH� ,j—\�� \ �..L-�.� - ���=___------- _---- �� _ o a�w��- _ --- � �/�.--- -�----= ---- � � ���i �, �.. -= � ,� � - i / � �� °° II o �'— - I II ~�-' � oQ II � oQ � � � �� m � I O a � o v J� r m J r o` � N � N 1 J Q � w �— '- ar H � � d V � I � r m � �� � a � �°rc �r � 00 �� 1 � N - am p � � � � � � � _,Z,aqZ a: � � � ,o-,as� rn _ r o ��� 1�� � „— m � '�a�e m N '� ��� r m 6� ��a�e� �z ��a� �� °� 9� � � I►� � � � �}} N m ��a�e n _ � � � L��J m r m � 7� � � � ' Ja� � M — — N �r � I. �m °° n,,. � � � �� v � °° '`J418 � � 0 L.L _ � � � - � �, � \� � � ^l�l� II I I �I � � �� � � �� I I lal II II II II �� �� �II ` � I �¢ - J H � � ° o� � �— _ g� �j � 6 �" O — m �— .e-,G� � � — ' o � c� • .. .� 1� 0 Q J ? M OT U m r tt _ ~ Q U � O I � J M � � C� a a O r 1 — — �8� ��a18� � I1��� I I I II II .. � � u� � � �� o� �z 0 aa M `n N v m Q M � J N m J N � m N N m � � _ M m - � _ OZ 'J4� ��� � �� 0 m Q}� � � m N m o� � � J N m � o N U�tlt�� N m � � i m �u1 � v _ "� � - , , M - O �' _ � � - m � _ � / - � . N � � � M m m m �� c� � � �� �o r` � Q � c� J C� Q �� � � J J m m� J m 7 � m m m� m � JM � (� W m � � � — N M m V � m � �d 1� � � � 0 N o � W� � �'� L W� z �a � � � m � axi � � aa � C�~ N w o jl� Z� m ��� O � H �U LL �� Q z � I�J 0 �a� oZ N � � o W z z °'— � 'o � Q � �ca o � z J .� � � a w 0 a �� � � o W � W s � U £l ��a�a m z� ��a�e `° m � � � .�Q18 m� � m 0� 'J0�8 � V � M m o � J N m m m � � •• .. .,� u � �� I, _ —� I� u i J � � --� m � REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/15/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, brown, very stiff, w/trace of calcareous concretions & gravel (CH) LIMESTONE, tan, hard to very hard, wltrace of shale seams, ��� ������ 845.5 / weathered � 100 Blows�= � inchcs � � / 5 : 100 Bbows = 1 'inch : 10 LIMESTONE, gray, very hard � � � � � � � � 837 : 1A0$lows= 1/2:inch : : 1AOSIows= 9/2:inch : : 15 Total Depth = 14 feet Dry after 5 minutes. Dry & blocked @ 13' @ end of day. Dry & blocked @ 13-1/2' on 6115/2016. 20 25 30 BORING LOG B-01 PLATE 2 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/10/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, dark brown, very stiff, w/trace of inedium sand & calcareous concretions (CH) fi Q ws =:4-�/1 �/2�i�b.$ � 846 CLAY, yellowish-brown, w/limestone tan seams (CL) ��ater. e�el on . 5 - : S$epag$ d�ririg drilling; ; _ LIMESTONE, tan, hard to very hard, weathered ''��'��� 841 : 1fl0�lows= 1/2:inch : : 10 / LIMESTONE, gray, very hard 83$ : 1U081cjws= 1/2:in�h : : 15 Total Depth = 15 feet Seepage encountered @ 4-1/2' during drilling. Water @ 5' after 5 minutes. Water @ 4' & blocked @ 11-1/2' @ end of day. Water @ 4-1/2' & blocked @ 9' on 6/13/2016. 20 25 30 BORING LOG B-02 PLATE 3 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/10/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, dark brown, stiff to very stiff, w/trace of limestone gravel (CH) � W � r�leuel on 6/14I2016 � 5 CLAY, light brown, stiff, w/trace of calcareous concretions, ironstone $42.5 nodules & limestone gravel (CL) � Seepage during drilling: : LIMESTONE, tan, hard to very hard, weathered � 1D081ows= 1/2�inch �� 839 / 10 � LIMESTONE, gray, very hard ::100 BEows = 1 inch : 834 15 Total Depth = 15.5 feet Seepage encountered @ 7' during drilling. Water @ 2' after 5 minutes. Water @ 2-112' & blocked @ 5' @ end of day. Water @ 3' & blocked @ 9' on 6/14I2016. 20 25 30 BORING LOG B-03 PLATE 4 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/9/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, dark brown, stiff to hard, w/trace of calcareous nodules & organic debris (CH) � Water�leuel � 6/10I2016 � CLAY, brown, very stiff, w/some limestone pieces (CL) : 844 5 � ge during drillrr�g: : _ � a0061ows=�1-1/2�inCheS � LIMESTONE, hard to very hard, weathered 839 10 / : 1U081cjws= 1/2:in�h : : 15 Total Depth = 15 feet Seepage encountered @ 5' during drilling. Water @ 3' after 5 minutes. Water @ 3' & blocked @ 10' @ end of day. Water @ 3' & blocked @ 10' on 6/10/2016. 20 25 30 BORING LOG B-04 PLATE 5 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/10/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, dark brown, very stiff, w/trace of calcareous concretions (CH) CLAY, brown, very stiff, w/limestone gravel (CL) $4� : lNater: u.el on 8/13I2016 : 5 � Seepage during drilling: : LIMESTONE, tan, hard to very hard, weathered 843 / � 100 Bldws�= 3 inches � � 10 LIMESTONE, gray, very hard 83$ 15 � 100 Bfows =1 incli � Total Depth = 16 feet Seepage encountered @ 7' during drilling. Water @ 4-1/2' after 5 minutes. Water @ 3-1/2' & blocked @ 11' @ end of day. Water @ 2p 4' & blocked @ 7-112' on 6/13/2016. 25 30 BORING LOG B-05 PLATE 6 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/10/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, dark brown, very tiff, w/trace of inedium sand & calcareous concretions (CH) -w/limestone gravel below 3' 84$ LIMESTONE, tan, hard to very hard, weathered � 10Q B[ows =:1 fpch � 84�.5 / 5 : lNater:le�el on 6/13I2018 : : 90061aws=:1-�/2:inches : 10 LIMESTONE, gray, very hard 839 : 1U081cjws= 1/2:in�h : : 15 Total Depth = 15 feet Dry after 5 minutes. Water @ 12' & blocked @ 12-1/2' @ end of day : Water @ 5' & blocked @ 10-1/2' on 6/13/2016. 20 25 30 BORING LOG B-06 PLATE 7 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/9/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (� Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, dark brown to brown, very stiff, w/trace of calcareous nodules (CL) : Water:lev.el � n 6/1 �/2016 : 5 LIMESTONE, tan, hard to very hard, w/clay seams, weathered : S ep ge during drilling: : $4�.5 / / � 100 Bfows =1 incli � 10 - LIMESTONE, gray, very hard : a00 Blows =�1-�/2�inChe� : $40 15 : :100 Btows = 1 inch : Total Depth = 17 feet 20 Seepage encountered @ 5' during drilling. Dry after 5 minutes. Dry & blocked @ 15' @ end of day. Water @ 4-1/2' & blocked @ 10' on 6I10/2016. 25 30 BORING LOG B-07 PLATE 8 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/9/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, dark brown, very stiff, w/trace of calcareous nodules (CH) LIMESTONE, tan, hard to very hard, w/clay seams, weathered 851 / 5 � LIMESTONE, tan, hard to very hard, weathered 84$ / � 1D081ows= 1/2�inch � � 10 LIMESTONE, gray, very hard : iNaterleuel on 6/10/2016 � $42 15 : 1DO�lows= 1/2:inch : : Total Depth = 17 feet 20 Dry after 5 minutes. Dry & blocked @ 15-1/2' @ end of day. Water @ 12-1/2' & blocked @ 15' on 6/10/2016. 25 30 BORING LOG B-08 PLATE 9 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/9/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, brown & dark brown, very stiff, w/trace of calcareous nodules & fine sand (CH) CLAY, light brown, stiff to very stiff, wlsome limestone gravel (CL) : Water� uel on 6/10I2016 � $� � eepiage during clrilling: : 5 LIMESTONE, tan, hard to very hard �:I00 Bfow's =1 inch � $52 / / : 1b0 Blows:= 5 iriches : : 10 LIMESTONE, gray, very hard 845 : 1U081cjws= 1/2:in�h : : 15 Total Depth = 15 feet Seepage encountered @ 4-1/2' during drilling. Water @ 6' after 5 minutes. Water @ 3-1/2' & blocked @ 15' @ end of day. Water @ 4' & blocked @ 10' on 6/10/2016. 20 25 30 BORING LOG B-09 PLATE 10 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/10/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (� Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, dark brown, very stiff, w/trace of calcareous concretions (CL) 5 CLAY, light brown, hard, w/some limestone gravel (CL) _ 857.5 � W2terleuel on � 10I2016 � LIMESTONE, tan, hard to very hard, weathered 855.5 / � � 1D081ows= 1/2:inch : : 10 _ : Seepage duririg drilling: : : :100 B[ows =.1 rr�cl� : LIMESTONE, gray, very hard, w/some gray shale seams rr� $4$ 15 � 100 Bfows =1 incli � 20 Total Depth = 19 feet Seepage encountered @ 10' during drilling. Water @ 13' after 5 minutes. Water @ 15' & blocked @ 17' @ end of day. Water @ 6-1/2' & blocked @ 13' on 6/10/2016. 25 30 BORING LOG B-10 PLATE 11 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/14/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, brown, very stiff, w/trace of calcareous concretions (CH) :�: : -w/limestone gravel @ 2' $59 CLAY, light brown, very stiff, w/some limestone gravel (CL) $5$ 5 LIMESTONE, tan, hard to very hard, weathered ��00 Blbw's =�1-1/2�inclie's : $56.5 / / � iNaterleuel on 6/15/2016 � : :100 Btows = 1 inch : 10 - / 15 LIMESTONE, gray, very hard � 100 Bfows =� 1 incli � $46.5 � 100 Bfows =1 incli � 20 Total Depth = 19.5 feet Dry after 5 minutes. Dry & blocked @ 19' @ end of day. Water @ 8-1/2' & blocked @ 16' on 6/15/2016. 25 30 BORING LOG B-11 PLATE 12 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/9/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, dark brown, very stiff, w/trace of organic debris & calcareous nodules (CH) CLAY, yellowish-brown, very stiff, w/some limestone gravel (CL) $5� 5 LIMESTONE, tan, hard to very hard, weathered _ 855.5 / � : 100 Blaws:= 8 irnches :: � Water�leuel on 6/10I2016 � 10 -w/gray shale seams below 10' 850.2 / 15 � a0061bws=�2-1/2�inches � Total Depth = 16 feet Dry after 5 minutes. Water @ 13-1/2' & blocked @ 14-1/2' @ end of : day. Water @ 8' & blocked @ 13-1/2' on 6/10/2016. 20 25 30 BORING LOG B-12 PLATE 13 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/13/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, dark brown, very stiff, w/trace of calcareous nodules (CH) CLAY, light brown, very stiff to hard (CL) 861 5 - LIMESTONE, tan, hard to very hard, weathered 857 / 10 LIMESTONE, gray, very hard 852.5 � 10Q B[ows =:1 fpch � 15 Total Depth = 15 feet Dry after 5 minutes. Dry & blocked @ 13' @ end of day. Dry & blocked @ 15-1/2' on 6114/2016. 20 25 30 BORING LOG B-13 PLATE 14 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/13/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, dark brown, hard, w/trace of calcareous concretions (CH) CLAY, light brown, very stiff to hard, w/trace of calcareous 856 concretions (CL) 5 -w/limestone gravel 853 LIMESTONE, tan, hard to very hard, weathered 851 / � a0061bws=�2-1/2�in es � 10 15 / / LIMESTONE, gray, very hard � 100 Bfows =1 incli � $40 20 � 100 Bldws�= 2 inches � � 25 Total Depth = 23 feet Dry after 5 minutes. Dry & blocked @ 21-1/2' @ end of day. Dry & blocked @ 23' on 6/14/2016. 30 BORING LOG B-14 PLATE 15 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/13/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (� Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, dark brown & reddish-brown, very stiff to hard, w/trace of calcareous nodules & coarse sand (CL) 5 LIMESTONE, tan, hard to very hard, weathered $52 / / � 1D081ows 1/2�inch � � 10 / 15 LIMESTONE, gray, very hard : 90� Blaws =:1-'1/2:inches : $40 20 � �OOBIbw's=�1-1/2�inclie's � 25 Total Depth = 23 feet Dry after 5 minutes. Dry & blocked @ 22' @ end of day. Dry & blocked @ 23-1/2' on 6114/2016. 30 BORING LOG B-15 PLATE 16 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/14/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, brown, very stiff, w/some limestone gravel (CH) -w/limestone gravel from 1.5' to 3' 852.5 CLAY, light brown, very stiff, w/some limestone gravel (CL) 851 5 LIMESTONE, tan, hard to very hard, weathered $49.5 / / -w/severely weathered limestone seam @ 9' 845 10 : :100 BEows 1�2 incfi : / 15 � 100 Bfows =1 incli � 20 LIMESTONE, gray, very hard 834 : :100 B[ows =.1 rr�cl� : 25 Total Depth = 25 feet Dry after 5 minutes. Dry & blocked @ 22-1/2' @ end of day. Dry & blocked @ 22-1/2' on 6115/2016. 30 BORING LOG B-16 PLATE 17 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/13/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, dark brown, very stiff to hard, w/trace of inedium sand & calcareous concretions (CH) � : : 100 Blows:= 2 inches : LIMESTONE, tan, hard to very hard, weathered 84$ / 5 � : 100 Blows:= 2 iriches : : 10 : SNater:level on 6/1 �12�16 : / : :100 BEows = 1 inch : 15 LIMESTONE, gray, very hard 834 : SeeFiage during cirill'ing: : � 1fl081�w5= 1/2�inCh � � 20 Total Depth = 20 feet Seepage encountered @ 18' during drilling. Water @ 11' after 5 minutes. Water @ 11' & blocked @ 19' @ end of day. Water @ 12' & blocked @ 14-1/5' on 6/15/2016. 25 30 BORING LOG B-17 PLATE 18 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/14/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, brown, very stiff to hard, w/trace of limestone gravel (CH) CLAY, light brown, very stiff to hard, w/trace of limestone gravel (CL 845 5 LIMESTONE, tan, hard to very hard, weathered 841.5 / � � 100 Bfow� =1 incli � 10 : :100 BEows = 1 inch : 15 / LIMESTONE, gray, very hard 831.5 20 : 1A0$lows= 1/2:inch : : Total Depth = 21.5 feet Dry after 5 minutes. Dry & blocked @ 20' @ end of day. Dry & 25 blocked @ 20' on 6/15/2016. 30 BORING LOG B-18 PLATE 19 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/14/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, brown to dark brown, very stiff (CH) GRAVELLY CLAY, light brown, very stiff (GC) 846.5 5 - LIMESTONE, tan, hard to very hard, weathered $42 / : :100 Btows = 1 inch : 10 i :1Q0 BIo�Ns = 1�1/'� irich: : 15 / LIMESTONE, gray, very hard 831 20 � 10Q B[ows =:1 fpch � Total Depth = 22 feet 25 Dry after 5 minutes. Dry & blocked @ 21' @ end of day. Dry & blocked @ 20' on 6/15/2016. 30 BORING LOG B-19 PLATE 20 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/14/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (� Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, brown, very stiff to hard, w/trace of limestone gravel (CL) LIMESTONE, tan, hard to very hard, weathered : 100 B[ows =.1 p�cl� : $41 / 5 � � 100 Blows�= 5 inchcs � � : �/ater:lev.el on 6/1 �12�16 : 10 / 1AOSIows= 9/2:inch : : LIMESTONE, gray, very hard 830 15 � 100 Bfows =1 incli � 20 Total Depth = 19 feet Dry after 5 minutes. Dry & blocked @ 18' @ end of day. Water @ 9' : & blocked @ 15' on 6I15I2016. 25 30 BORING LOG B-20 PLATE 21 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/15/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, dark brown, hard, w/trace of calcareous concretions & fine sand (CH) GRAVELLY CLAY, light brown, hard to very stiff (GC) 843.5 : 1U081cjw — 1/2:in�h : : 5 LIMESTONE, tan, hard to very hard, weathered _ 840.5 / / : :100 Btows = 1 inch : 10 - / : 1p0 �lows:= 2 inches : : 15 LIMESTONE, gray, very hard 827 20 � �OOBIbw's=�1-1/2�inclie's � 25 Total Depth = 23 feet Dry after 5 minutes. Dry & blocked @ 22' @ end of day. Dry & blocked @ 20' on 6/15/2016. 30 BORING LOG B-21 PLATE 22 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/7/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, dark brown, brown, very stiff, w/trace of calcareous concretions, medium sand & gravel (CH) LIMESTONE, tan, hard to very hard, weathered .�. . 850 i :Water level:on:6/9/2016: : - : 1�0 glaws:= ^z iriches : : 5 � 1D081ows= 1/2�inch � � 10 LIMESTONE, gray, very hard $42 -w/tan limestone seam @ 12' 840 1AOSIows= 9/2:inch : : 15 : :100 B[ows =.1 rr�cl� : 20 Total Depth = 18 feet Dry after 5 minutes. Water @ 13-1/2' & blocked @ 15' @ end of day Water @ 3-1/2' & blocked @ 10-1/2' on 6/9/2016. 25 30 BORING LOG B-22 PLATE 23 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/14/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, brown, very stiff, w/trace of calcareous nodules (CH) LIMESTONE, tan, hard to very hard, weathered 850 / / -w/light brown clay seam from 4' to 5' 847 5 - : :100 Btows = 1 inch : 10 - / � 10Q B[ows =:1 fpch � 15 LIMESTONE, gray, very hard 835.5 20 � 90061aws=:1-1/2:inches : Total Depth = 20.5 feet Dry after 5 minutes. Dry & blocked @ 18' @ end of day. Dry & blocked @ 17' on 6/15/2016. 25 30 BORING LOG B-23 PLATE 24 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/7/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, dark brown, very stiff, w/trace of calcareous nodules & gravel (CH) .Waie�level:on.6/9/2016� . LIMESTONE, tan, hard to very hard, weathered - : SeeRage during drill'ing: : 850.5 � : 1�0 glaws:= ^z iriches : : 5 10 LIMESTONE, gray, very hard 843 15 Total Depth = 17 feet 20 Seepage encountered @ 3' during drilling. Water @ 2' after 5 minutes. Water @ 2' & blocked @ 14-1/2' @ end of day. Water @ 2-112' & blocked @ 6-1/2' on 6/9I2016. 25 30 BORING LOG B-24 PLATE 25 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/14/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, brown, hard, w/trace of calcareous nodules (CH) LIMESTONE, tan, hard to very hard, weathered �� � 850.5 / / : 1�0 glaws:= ^z iriches : : 5 � 10Q B[ows =:1 ii�ch � 10 / � 1n0$lows='I/2�inch � 15 LIMESTONE, gray, very hard � 1DO�lows= 1/2:inch :� 835.5 20 : :100 B[ows =.1 rr�cl� : Total Depth = 21.5 feet Dry after 5 minutes. Dry & blocked @ 19' @ end of day. Dry & 25 blocked @ 18' on 6/15/2016. 30 BORING LOG B-25 PLATE 26 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 5/31/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (n ` (> Tons Per Sq. Ft. - � 4. + 4. ++ CLAY, dark brown, stiff, w/trace of gravel (CH) �(j glpw's =:5-'1/2:in�hes : LIMESTONE, tan, hard to very hard, w/clay seams & limestone 844.5 : atee level:on:6/2/2Q16: : i gravel, weathered - 5 ' 100 BIoWs�= 2 inchGs ' ' : :100 Btows = 1 inch : 10 LIMESTONE, gray, very hard, w/gray shale seams 835 � fi OQ Blpws =:7-'] /2:inches : 15 Total Depth = 15 feet Dry after 5 minutes. Dry & blocked @ 14-1/2' @ end of day. Water @ 6" & blocked @ 11' on 6l2/2016. 20 25 30 BORING LOG B-26 PLATE 27 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 5/31/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, dark brown, very stiff, w/trace of inedium sand (CH) �Water level:on�6/2/2016� � CLAY, light brown & yellowish-brown, hard (CL) 843 5 LIMESTONE, tan, hard to very hard, weathered 840.5 / / : 90061aws=:1-�/2:inches : 10 - LIMESTONE, gray, very hard 831.5 � fiOQBlpws=:1-']/2:inches : 15 � �OOBIows=:1-1/2:inc�eS : 20 Total Depth = 19 feet Dry after 7 minutes. Dry & blocked @ 18' @ end of day. Water @ 1' � & blocked @ 12' on 6/2I2016. 25 30 BORING LOG B-27 PLATE 28 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/14/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, dark brown, very stiff, w/trace of calcareous (CH) CLAY, light brown & reddish-brown, very stiff, w/some limestone 835.5 gravel (CL) : : : : � : : : Seepa � duririg drilling: : � Water�l �el on 6/15I2016 � 5 CLAY, light brown; stiff to very stiff, w/some gravel (CL) _ 832.5 CLAY, light brown, hard, w/some limestone gravel 830 (severely weathered limestone) (CL) 10 CLAY, brown to dark brown, very stiff to hard $25 (severely weathered shale) (CH) 15 CLAY, brown, hard, w/trace of calcareous nodules $� 9 (severely weathered shale) (CH) 20 _— SHALE, dark gray, soft 814 25 — — Total Depth = 25 feet Seepage encountered @ 3' during drilling. Water @ 3-112' after 5 minutes. Water @ 3' & blocked @ 15' @ end of day. Water @ 4' & blocked @ 13-1/2' on 6115/2016. 30 BORING LOG B-28 PLATE 29 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/1/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (� Tons Per Sq. Ft. - � 4 + 4. ++ SANDY CLAY, dark brown, yellowish-brown & brown, very stiff, w/some gravel (CL) : Seep e duririg drillfng: : LIMESTONE, tan, hard to very hard, weathered 841.5 � -w/limestone boulders @ 3.5' :Watei level:on:6/9/2016: : 841.4 5 � a0061bws=�1-1/2�inches � 10 LIMESTONE, gray, very hard 835 : 1U081cjws= 1/2:in�h : : 15 Total Depth = 15 feet Seepage encountered @ 2' during drilling. Water @ 4' after 5 minutes. Water @ 3' & blocked @ 13-1/2' @ end of day. Water @ 4-1/2' & blocked @ 8' on 6l9/2016. 20 25 30 BORING LOG B-29 PLATE 30 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 5/31/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, dark brown, very stiff, w/trace of calcareous concretions (CH) � �00 Blb ; =�4-1/2:inclie's ; CLAY, light brown, hard, w/limestone (CL) 849.5 -w/limestone, light brown 849.3 � �Water level on�6/ � 016� � 5 - LIMESTONE, tan, hard to very hard, weathered 843.5 � : 100 Bldws:= 3 inches : : 10 - LIMESTONE, gray, very hard 837 15 � 1n0$lows='I/2�inch � � 20 Total Depth = 19 feet Dry after 7 minutes. Dry & blocked @ end of day. Water @ 4' & blocked @ 10' on 6/2I2016. 25 30 BORING LOG B-30 PLATE 31 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 5/31/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4. + 4. ++ CLAY, dark brown, very stiff, w/trace of inedium sand (CH) :Watei level:on:6/�/2616: : CLAY; light brown, hard, w/tan limestone seams (CL) $4$ 5 LIMESTONE, tan, hard to very hard, weathered 844 / � : 1p0 �lows:= 4 inches : : 10 : :100 BEows = 1 inch : LIMESTONE, gray, very hard 835 15 � �OOBIows=:1-1/2:inc�eS : 20 Total Depth = 19 feet Dry after 5 minutes. Dry & blocked @ 17-1/2' @ end of day. Water @ 7" & blocked @ 12-1/2' on 6/2/2016. 25 30 BORING LOG B-31 PLATE 32 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/10/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, dark brown, very stiff w/trace of inedium sand & calcareous concretions (CH) CLAY, light brown to brown, w/limestone tan seams (CL) : 9 0� Blaws =: -'1 /2:inches : $52 5 10 LIMESTONE, tan, hard to very hard, weathered 845 / .� � � : : : : � : : : 1AOSIows= 9/2:inch : : LIMESTONE, gray, very hard 841 15 � 1n0$lows='I/2�inch � � 20 Total Depth = 19 feet Dry after 5 minutes. Dry & blocked @ 17' @ end of day. Dry & blocked @ 17' on 6/13/2016. 25 30 BORING LOG B-32 PLATE 33 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/10/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (� Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, dark brown, very stiff to hard, w/trace of calcareous concretio (CL) CLAY, light brown, hard, w/some limestone seam (CL) $5$ 5 - - LIMESTONE, tan, hard to very hard, weathered 856 / � 100 Bfows =1 incli � LIMESTONE, gray, very hard 853 10 : :100 BEows = 1 inch : 15 Total Depth = 14 feet Dry after 5 minutes. Dry & blocked @ 13' @ end of day. Dry & blocked @ 13' on 6/13/2016. 20 25 30 BORING LOG B-33 PLATE 34 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/13/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (� Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, dark brown, very stiff to hard, w/trace of calcareous concretions (CL) CLAY, light brown, hard, wlsome limestone gravel (CL) $57 5 LIMESTONE, tan, hard to very hard, weathered 853 / � a0061ows=�1-1/2�inCheS � 10 : 90061aws=:1-1/2:inches : 15 / / � 100 Blows�= � inches � � 20 LIMESTONE, gray, very hard 840 : Water:lev.el on 6/14/2016 : : 40�BIaws=:1-'1/2:inches : 25 Total Depth = 25 feet Dry after 5 minutes. Dry & blocked @ 23' @ end of day. Water @ 22' & blocked @ 23-1/2' on 6114/2016. 30 BORING LOG B-34 PLATE 35 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/14/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, brown, very stiff to hard, w/limestone gravel (CH) 5 CLAY, light brown, very stiff, w/some limestone gravel (CL) 843.5 LIMESTONE, tan, hard to very hard, weathered $42 / � 100 Bldws�= 3 inches � � 10 : :100 BEows = 1 inch : / 15 / LIMESTONE, gray, very hard 831 20 : 100 Bbows -1 inch : Total Depth = 21 feet Dry after 5 minutes. Dry & blocked @ 20-1/2' @ end of day. Dry & blocked @ 20-1/2' on 6115/2016. 25 30 BORING LOG B-35 PLATE 36 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/13/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, reddish-brown & brown, hard, w/trace of fine sand & calcareous nodules (CH) CLAY, reddish-brown, hard, w/some limestone gravel (CH) ��� LIMESTONE, tan, hard to very hard, weathered � � 10Q B[ows =:1 fpch � 5 Total Depth = 4.5 feet Dry @ completion. 10 15 20 25 30 BORING LOG B-36 PLATE 37 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/1/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, dark brown & brown, very stiff, w/trace of calcareous nodules & gravel (CH) LIMESTONE, tan, hard to very hard, weathered / 5 / : : : : : : : ' 10� Btows � 1 incla ' Total Depth = 6 feet Dry @ completion. 10 15 20 25 30 BORING LOG B-37 PLATE 38 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/13/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (� Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, reddish-brown, hard, w/trace of calcareous nodules (CL) LIMESTONE, tan, hard to very hard, weathered ��� / 1A0$lows= 1/2:inch : : 5 Total Depth = 4 feet Dry @ completion. 10 15 20 25 30 BORING LOG B-38 PLATE 39 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/13/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, brown & dark brown, stiff to very stiff, w/trace of trace of organics debris (CH) LIMESTONE, gray, hard to very hard, weathered � 10Q Bf.ows =:1 inch � 5 Total Depth = 5 feet Dry @ completion. 10 15 20 25 30 BORING LOG B-39 PLATE 40 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/14/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, dark brown, hard, w/trace of calcareous nodules (CH) CLAY, light brown & brown, very stiff to hard, w/trace of limestone gravel (CH) 5 Total Depth = 6 feet Dry @ completion. 10 15 20 25 30 BORING LOG B-40 PLATE 41 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/14/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, dark brown, very stiff, w/trace of calcareous nodules (CH) CLAY, brown, very stiff to hard, w/trace of limestone gravel (CL) 5 LIMESTONE, tan, hard to very hard, weathered _ Total Depth = 5 feet Dry @ completion. 10 15 20 25 30 BORING LOG B-41 PLATE 42 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/15/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, dark brown, very stiff, w/trace of limestone gravel (CH) LIMESTONE, tan, hard to very hard, weathered ��� � / / � � OQ Blpw� =:2-'] /2 inc�eS : 5 Total Depth = 5 feet Dry after 5 minutes. Dry & blocked @ 5' @ end of day. 10 15 20 25 30 BORING LOG B-42 PLATE 43 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/15/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, dark brown, hard, w/trace of calcareous nodules (CH) LIMESTONE, tan, hard to very hard, weathered / / 5 Total Depth = 5 feet Dry after 5 minutes. Dry & blocked @ 5' @ end of day. 10 15 20 25 30 BORING LOG B-43 PLATE 44 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/10/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, brown & dark brown, very stiff to hard, w/trace of calcareous concretions (CH) 5 CLAY, light brown, hard, w/limestone moderately hard to hard (CH) Total Depth = 6 feet Dry after 5 minutes. Dry & blocked @ 6' @ end of day. 10 15 20 25 30 BORING LOG B-44 PLATE 45 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/13/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, brown, very stiff, w/trace of calcareous concretions (CH) CLAY, light brown, hard, w/trace of fine sand, calcareous concretion & ironstone nodules (CL) 5 - Total Depth = 6 feet Dry @ completion. 10 15 20 25 30 BORING LOG B-45 PLATE 46 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/15/2016 Fort Worth, Texas Location: See Plate 1 tandard Penetration Tests N V Blows per Foot -� Depth Q- �� Q io 2o so ao so so Elev. � ft� � � a� J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) (q ` (> Tons Per Sq. Ft. - � 4 + 4. ++ CLAY, dark brown, hard, w/some limestone gravel (CH) LIMESTONE, tan, hard to very hard, weathered �. / � 10Q Bf.ows =:1 inch � 5 Total Depth = 5 feet Dry after 5 minutes. Dry & blocked @ 5' @ end of day. 10 15 20 25 30 BORING LOG B-46 PLATE 47 GEOTECHNICAL CONSULTANTS - GROUP Fill Type of Fill �Clay (CL) (LL<50) �Clay (CH) (LL>50) �SILT (ML) (LL<50) �SILT (MH) (LL>50) �CLAYEY SAND (SC) �SILTY SAND (SM) � SAND (SP-SW ) �CLAYEY GRAVEL (GRAVELLY CLAY) o �o GRAVEL (GP-GW ) o � ��weathered) SHALE (unweathered) ��weathered) LIMESTONE (unweathered) (weathered) SANDSTONE • (unweathered) �UNDISTURBED (Shelby Tube & NX-Core) �STANDARD PENETRATION TEST �= Water level at time of drilling. � DISTURBED �THD CONE PENETROMETER TEST KEYS TO SYMBOLS USED ON BORING LOGS 1= Subsequent water level and date. PLATE 48 GEOTECHNICAL CONSULTANTS GROUP COHESIONLESS SOILS SPT N-Values Relative (blows / foot) Density 0 - 4 .....................Very Loose 4 - 10 .....................Loose 10 - 30 .....................Medium Dense 30 - 50 .....................Dense 50 + .....................Very Dense HARDNESS SOIL PROPERTIES COHESIVE SOILS Pocket Penetrometer Consistency (T.S.F.) <0.25 .................... Very Soft 025-0.50 ............... Loose 0.50-1.00 ............... Medium Stiff 1.00-2.00 ............... Stiff 2.00-4.00 ............... Very Stiff 4.00 + .................... Hard ROCK PROPERTIES DIAGNOSTIC FEATURES Very Soft ............... Can be dented with moderate finger pressure. Soft ....................... Can be scratched easily with fingernail. Moderately Hard ... Can be scratched easily with knife but not with fingernail. Hard ...................... Can be scratched with knife with some difficulty; can be broken by light to moderate hammer blow. Very Hard .............. Cannot be scratched with knrfe; can be broken by repeated heavy hammer blows. DEGREE OF WEATHERING DIAGNOSTIC FEATURES Slightly Weathered ......... Slight discoloration inwards from open fractures. Weathered ...................... Discoloration throughout; weaker minerals decomposed; strength somewhat less than fresh rock; structure preserved. Severely Weathered ....... Most minerals somewhat decomposes; much softer than fresh rock; texture becoming indistict but fabric and structure preserved. Completely Weathered ... Minerals decomposes to soil; rock fabric and structure destroyed (residual soil). KEYS TO DESCRIPTIVE TERMS ON BORING LOGS PLATE 49 GEOTECHNICAL CONSULTANTS R EEL} E I-!G I I-I� ER Ifl G R EEL} E I-!G I I-I� ER Ifl G R EEL} E I-!G I I-I� ER Ifl G R EEL} E I-!G I I-I� ER Ifl G R E E L} E I-! G I I- I� E A I f l G REED ENGINEERING GROUP _ } � RF '� : - '.f'. 4� � { . I_ �� 4. r,. �; ;:: `k y - . _- �� �'7ti� � 1'�,Y '. - �� YY �.- .. 1 '�� V 1��� �� I 1� ��� 3 � ^ �.- e ry;_ ! �ti'V � , �� �� . .i� ; \. I r ,� i ` ' A: ,�.-i� �, .• �� P+ � ..-,. i � � ' ����� � 1 � x� AERIAL PHOTOGRAPH OBTAINED FROM GOOGLE EARTH { NOT TO SCALE: .� �, • _ �._�- .!lgFereak ajS]9 2016 AERIAL PHOTOGRAPH PLATE 55 CITY OF FORT WORTH City Project No. 103785 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Chisholm Trail Ranch - NEC Revised March 20, 2020 GR-01 60 00 PRODUCT REQUIREMENTS 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