Loading...
HomeMy WebLinkAboutContract 57649-PM1CSC No. 57649-PM1 FOR PROJECT MANUAL FOR THE CONSTRUCTION OF Water, Sanitary Sewer, Storm & Paving Improvements to Serve the McPherson Addition Multifamily Development IPRC Record No. 21-0119 City Project No. 103716 FID No. 30114-0200431-103716-E07685 File No. N/A X File No. X-27099 Mattie Parker David Cooke Mayor City Manager William .Johnson Director, Transportation and Public Works Department Prepared for The City of Fort Worth 2022 PREPARED BY: El B BAIRD, HAMPTON & BROWN, INC. ENGINEERING & SURVEYING 6300 Ridglec Ploee, Ste. 700, Ft. Worth, TX 76116 Web Site: www.bhbinc.wm Tel: 617-338-1277 Fax: 617-338-9245 E—Itaih maiObhbinc.com NB PROJECT 12019.135.000 FIRM REGISTRATION NO: F- 000044 TBtLS FIRM 10011300 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 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 I 00 21 13 Instructions to Bidders 03/20/2020 I 0011 00 Bid Form 01/02/2011 00 42 43 Proposal Form Unit Price 05/22/2019 00 13 13 Bid -Bend 01/02/2011 0015 11 Bidders Prequalification's 01/02/2011 00 45 12 Prequalification Statement 09/01/2015 1 00 45 13 Bidder Prequalification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 1 0015 10 Minority Business Enterprise Goal 08/21/2018 I 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- 00 Supplementary Conditions 07/01/2011 00 73 10 Standard City Conditions of the Construction Contract for Developer 01/10/2013 Awarded Projects Division 01 General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 i 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 1 01 35 13 Special Project Procedures 08/30/2013 1 01 45 23 Testing and Inspection Services 03/20/2020 1 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 1 01 60 00 Product Requirements 03/20/2020 1 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 I CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN#103716 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 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/tuw/contractors/ or https://anps.fortworthtexas.gov/ProiectResources/ 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 83-80-00 Modifications to Existing Concrete Structures 12/20/2012 26-0-5-00 Common Work Results for Electrical 11/22/2013 26 05 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceweol art Boxes for Electrical Systems 12/20/2012 26 05 '13 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 Acpkkt Pcr'ing 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 Alt Awing Crack Sealants 12/20/2012 CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN#103716 Revised March 20, 2020 32 13 13 32 13 20 32 13 73 32 14 16 32 16 13 32 17 23 32 17 25 32 31 13 32 31 26 32 31 29 32 32 13 32 91 19 32 92 13 32 93 43 Concrete Paving Concrete Sidewalks, Driveways and Barrier Free Ramps Concrete Paving Joint Sealants B2ialc U:rt Paving Concrete Curb and Gutters and Valley Gutters Pavement Markings Curb Address Painting Chain Fences and Gates Wire Fences and Gates Wood Fences and Gates Cast in Place Concrete Retaining Walls Topsoil Placement and Finishing of Parkways Hydro -Mulching, Seeding, and Sodding Trees and Shrubs Division 33 - Utilities 33 01 30 33 01 31 33 03 10 33 04 10 33 04 11 33 04 12 33 04 30 33 04 40 33 04 50 33 05 10 33 05 12 33 05 13 33 05 13.10 33 05 14 33 05 16 33 05 17 33 05 20 33 05 21 33 05 22 33 05 23 33 05 24 33 05 26 33 05 30 33 11 05 33 11 10 33 11 11 33 11 12 33 11 13 33 11 14 33 12 10 33 12 11 33 12 20 33 12 21 Sewer and Manhole Testing Closed Circuit Television (CCTV) Inspection Bypa3o Pumping of Existing Sewer Systems Joint Bonding and Electrical Isolation Corrosion Control Test Stations Magnesium Anode Cathodic Protection System Temporary Water Services Cleaning and Acceptance Testing of Water Mains Cleaning of Sewer Mains Utility Trench Excavation, Embedment, and Backfill Water Line Lowering Frame, Cover and Grade Rings — Cast Iron Frame, Cover and Grade Rings — Composite Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade Concrete Water Vaults Concrete Collars Auger Boring Tunnel Liner Plato Steel Casing Pipe Ran: Tsnneling Installation of Carrier Pipe in Casing or Tunnel Liner Plate Utility Markers/Locators Location of Existing Utilities Bolts, Nuts, and Gaskets Ductile Iron Pipe Ductile Iron Fittings Polyvinyl Chloride (PVC) Pressure Pipe Concrete Pressure Pic, Bar Wrapped, Steel Cylinder Type Buried Steel Pipe and Fittings Water Services 1-inch to 2-inch Large Water Meters Resilient Seated Gate Valve AWWA Rubber -Seated Butterfly Valves CITY OF FORT WORT McPherson Addition Multifam STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page3of5 12/20/2012 06/05/2018 12/20/2012 12/20/2012 10/05/2016 11/22/2013 11/01/2013 12/20/2012 12/20/2012 12/20/2012 06/05/2018 12/20/2012 12/20/2012 12/20/2012 12/20/2012 03/03/2016 12/20/2012 12/20/2012 12/20/2012 12/20/2012 07/01/2011 02/06/2013 12/20/2012 12/12/2016 12/20/2012 01/22/2016 01/22/2016 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 06/19/2013 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 11/16/2018 12/20/2012 12/20/2012 02/14/2017 12/20/2012 12/20/2012 12/20/2012 ily Development CPN#103716 33 12 25 33 12 30 33 12 40 33 12 50 33 12 60 33 31 12 33 31 13 33 31 15 33 31 20 33 31 21 33 31 22 33 31 23 33 31 50 33 31 70 33 39 10 33 39 20 33 39 30 33 39 40 33 39 60 33 11 10 33 11 11 33 11 12 33 16 00 3316 01 33 16 02 33 19 10 33 19 20 33 1910 Connection to Existing Water Mains Combination Air Valve Assemblies for Potable Water Systems Fire Hydrants Water Sample Stations Standard Blow -off Valve Assembly Cured in Place Pipe (CIPP) Fiberglass Reinforced Pipe for Gravity Sanitary Sewers High Density Polyethylene (HDPE) Pipe for Sanitary Sewer Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe Sanitary Sewer Slip Lining Sanitary Sewer Pipe Enlargement Sanitary Sewer Service Connections and Service Line Combination Air Valve for Sanitary Sewer Force Mains Cast -in -Place Concrete Manholes Precast Concrete Manholes Fiberglass Manhol s Wastewater Access Chamber (WAC) Epoxy Liners for Sanitary Sewer Structures Reinforced Concrete Storm Sewer Pipe/Culverts High Density Polyethylene (I-IDPB) Pipe for StorrL Drth Reinforced Polyethlene (SRPE) Pipe Subdrainage Slotted Storm Drains Tre}rh. Dimi,n3 Cast in Place Manholes and Junction Boxes Curb and Drop Inlets Storr"'r Drai„ag„ Headwalls a„d Wing. all 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 02/06/2013 12/20/2012 01/03/2014 12/20/2012 06/19/2013 12/20/2012 12/20/2012 12/20/2012 06/19/2013 12/20/2012 12/20/2012 12/20/2012 04/26/2013 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 07/01/2011 12/20/2012 11/13/2015 12/20/2012 07/01/2011 07/01/2011 12/20/2012 17/20/2012 07/01/2011 Divisiea-34—TfeitSffOftatifHt 31 11 10 Traffic Signals 10/12/2015 31 11 10.01 Attachment A Controller Cabinet 12/18/2015 31 11 10.02 Attachment B Controller Specification 02/2012 31 11 10.03 Attachment C Software Specification 01/2012 31 11 11 Temporary Traffic Signals 11/22/2013 31 11 13 Removing Traffic Signals 12/20/201? 31 11 15 Reetang i rr. I1& d Flathit Beaeen 11/22/2013 31 11 16 P-edciaun Hybrid Signal 11/22/2013 ;4-4440 Roadway riluminat o„ A ssembl es 12/20/2012 31 11 20.01 Arterial LED Roadway Lrrr'Lires 06/15/2015 31 11 20.02 Freeway LED Roadway Luminaires 06/15/2015 31 11 20.03 Residential LED Roadway iiirrrxnaires 06/15/2015 3-4-4-1-3-0 Aluminum Signs 11/12/2013 31 11 50 Single Mode Fiber Optic Cable 02/26/2016 31 71 13 Traffic Control 11/22/2013 CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN#103716 Revised March 20, 2020 Appendix GC 4.01 GC-4.02 GC 1.^/I GC 4.0. GC 6.06ND GC 6.07 GC 6.09 GC 6.21 GR-01 60 00 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 Availability of Earrd3 Subsurface and Physical Conditions Underground Facilities IIacardous Environmental Condition at Site l'MIirority and Women Owned Busincss Enterprise Compliance Wage Rates Itr:nits and Utilities Nondiscrimination Product Requirements END OF SECTION CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN#1037I6 Revised March 20, 2020 Fod Worth CFA DAP - BIO PROPOSAL Page 1 of2 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Bidlist Itcm Na. Description Project Item Information 1 0171.0101 Construction Staking 2 0241.1118 4"-12" Pressure Plug 3 3305.0109 Trench Safely 4 3311.0001 Ductile Iron Water Fittings w/ Restraint 5 3311.0161 6" PVC Water Pipe 6 3311.0261 8" PVC Water Pipe 7 3311.0461 12" PVC Water Pipe 8 3312.0001 Fire Hydrant 9 3312.0117 Connection to Existing 4"-12" Water Nlain 10 3312.2203 2" Water Service 11 13312.2803 6" Water Meter and Vault 12 3312.3002 6" Gate Valve 13 3312.3003 8" Gate Valve 14 3312.3005 12" Gate Valve 15 3312.4313 36"x 12" Tapping Sleeve & Valve 16 3312.6002 6" Blow Off Valve 1 0171.0101 Construction Staking 2 0241.2015 Remove 12" Sewer Line 3 0241.2103 8" Sewer A6andoutent Plug (Plug/Cap For Future Connection) 4 3292.0201 Utility Service Surface Restoration Seeding (Water/Sewer Esmt On/Offsite) 5 3301.0002 Post -CCTV Inspection 6 3301.0101 Manhole Vacuum Testing 7 3305.0109 Trench Safety 8 3305.01 12 Concrete Collar 9 3331.4115 8" Sewer Pipe 10 3331A 116 8" Sewer Pipe. CSS Backfill 11 3331.4208 12" Scwcr Pipe 12 3331.4209 12" Sewer Pipe, CSS Back611 13 3331.4215 15" Sewer Pipe 14 3339.1001 4' Manhole 15 3339.1003 4' Extra Depth Manhole 3 4 3341.0309 36" RCP, Class 111 3137.0105 Medium Stone Riprap, grouted 3349.4209 36" SET. 2 pipes 9999.0000 Turf Reinforcement Mat TOTAL UNIT 111: DRAINAgAre,JjO; �M�NJS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS- DEVELOPER AWAROEO PROJECTS Form Version May 22. 2019 Specification Section No. Unit of Measure Bidder's Proposal Bid Unit Price I Bid Value Quantity UNIT 1: WATER IMPROVEMENTS 01 71 23 LS 1 0241 14 EA 7 33 05 10 LF 4.480 33 11 11 TON 3 331112 LF 340 33 11 12 LF 190 331112 LF 3,950 33 12 40 EA 3 33 12 25 EA 2 33 12 10 EA 1 33 12 11 EA 2 33 12 20 EA 5 33 12 20 EA 7 33 12 20 EA 12 33 12 60 EA 1 33 12 60 EA 1 TOTAL UNIT 1: WATER pyJpjjJ��VAP,r)IjS UNIT 11: SANITARY SEWER IMPROVEMENTS 01 71 23 LS 1 0241 14 LF 8 02 41 14 EA 1 32 92 13 SY 12,500 33 01 31 LF 3,825 330130 EA 21 33 05 10 LF 3,825 33 05 17 EA 14 33 1 1 10, 33 31 12. 33 31 2( LF 175 33 11 10,3331 12.33312( LF 25 33 11 10. 33 31 12, 33 31 2( LF 2,95 33 11 10. 33 31 12, 33 31 2( LF 36 33 11 10, 33 31 12, 33 31 2( LF 895 33 39 10. 33 39 20 EA 21 33 39 10, 33 39 20 VF 235 TOTAL UNIT 11: SANITARY SEWERJ,MP,RpyMENTA UNIT 111: DRAINAGE IhrllpyEJvlEji 3341 10 LF 310 313700 SY 690 33 49 40 EA 2 S7,400.00 S7,400.00 S500.00 S3 500.00 SO.10 S448.00 S 14 000.00 S112,000.00 S130.00 S44,200.00 S150.00 S28,500.00 S170.00 S671,500.00 S5,900.00 517,700.00 S3,800.00 S7.600.00 S4,500.00 S4,500.00 S44,000.00 S88,000.00 S1,500.00 S7,500.00 S2,200.00 515,400.00 S3.400.00 S40,800.00 S20 000.00 S20,000.00 S7,500.00 S7,500.00 $1,076,548.00 S9,500.00 S9500.00 S10.00 S80.00 5100.00 SI00.00 S1.50 S18,750.00 S8.00 S30,600.00 S325.00 S6,825.00 S5.00 S19.125.00 S525.00 S7,350.00 S385.00 S67,375.00 S805.00 S20.125.00 S325.00 S875,875.00 S670.00 S23 450.00 S325.00 S290,875.00 S14,750.00 S309,750.00 S185.00 S43,475.00 S1,723,255.00 S170.00 S52,700.00 S285.00 5196,650.00 S6.500.00 S13,000.00 SY 3,275 S21.00 S68,775.00 S331,125.00 Bid Form Water & Sewer Fort Worth CFA OAP - BIO PROPOSAL Pap 2 oft SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Bidlisl Item No Project Item Information Description Specification Secuon No. Unil of I Bid Measure Quantity Bidder's Proposal Unit Price Bid Value UNIT IV: PAVING IMPR_j1yjpr,S 1 0170.0100 Mobilization 01 70 00 LS 1 $120,000.00 S120,000.00 2 0171.0101 Constntction Staking 01 71 23 LS 1 $2,800.00 S2,800.00 3 3123.0101 Unclassified Excavation by Plan (Inc Roadway & Ofl'site) 31 23 16 CY 4.250 S 14.00 $59,500.00 4 3211.0400 Hydrated Lime 32 I 29 TN 24.3 5235.00 $5,71050 5 321 L0502 6" Lime Treatment (S% Hydrated) 32 11 29 SY 1,345 55.00 S6,725.00 6 3213.0102 7" Conc Pvnn 32 13 13 SY 1,250 $G7.00 S83,750.00 7 3213.0301 4" Conc Sidewalk 32 13 20 SF 4,100 58.25 S33.825.00 8 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 785 $2.00 51,570.00 9 3217.0001 4" SLD Piaui Marking HAS (W) 32 17 23 LF GS $2.00 $13U 00 10 3217.0004 4" BRK Pvunt Marking HAS (Y) 32 17 23 LF 245 $2 00 5490.00 11 3217.0202 8" SLD Pvntt Marking HAS (Y) 32 17 23 LF I50 S2.75 5412.50 12 3292.0200 Block Sod Placement (Within R.O.W) 32 92 13 SY 910 $5.50 $5,005.00 13 3292.0200 Seeding. Broadcast (Offsite Disturbed Areas) 32 92 13 S1' 9.550 SI.50 S 14.325.00 TOTAL UNIT IV: PAVIN IMPROVEMENTS $334.243.00 Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS This Bid is submitted by the entity ranted below: BIDDER: Jackson Construction, LTD. 5112 Son Valley Dr Fort Worth, TX 76119 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as pros idrd in the General Conditions. END OF SECTION CITY OF FORT WORTH STANOARO CONSTRUCTION SPECIFICATION DOCUMENTS- OEVELOPER AWARDEO PROJECTS Form Version May 22 2019 Total Construction Bid RV: Danny \IcCutchen TITLE: Project Manager DATE, April 29. 2022 51,076,548.00 $1.723,255.00 $331.125.00 S334.243.00 $3,465,171.00 264 working days after the date when the Bid Form Water & Sever 00 45 12 DAP PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Major Work Type" box provide the complete major work type and actual description as provided by the Water Department for water and sewer and TPW for paving. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Wastewater Mains (all sizes) for Jackson Construction, Ltd 04-30-2023 New Development, Rehabilitation, and Redevelopment using Open Cut and Trenchless construction methods Water Mains (all sizes) for New Jackson Construction, Ltd 04-30-2023 Development, Rehabilitation, and Redevelopment using Open Cut and Trenchless construction methods Asphalt Pavement Jackson Construction, Ltd. 04-01-2023 Construction/Reconstruction Concrete Pavement Jackson Construction, Ltd. 02-01-2023 Construction/Reconstruction Roadway and Pedestrian Independent Utility Construction, Inc. 03-01-2023 Lighting The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Jackson Construction, Ltd 5112 Sun Valley Drive Fort Worth, TX 76119 BY: Trov L. Jackson ignature TITLE: President DATE: 674/tea END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 004526-I CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 103716. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Jackson Construction, LTD Company 5112 Sun Vallev Dr Address Fort Worth. TX 76119 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT By: Signature: Title: Troy L. Jackson (Please Print) President (Please Print) BEFORE E, the undersigned authority, on this day personally appeared 1royl. Jackson , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of President for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 'r .Nicole McCollum My Commission Expires Il �0 1013012022 ID No.129952648 Of day of iriA‘Ch (/ C Notary Public in and for the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 McPherson Addition Multifamily Development CPN# 103716 005243-1 Developer Awarded Project Agreement Page 1 of4 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on 64/260-. is made by and between the Developer, Gabriel 4 Southwest LLC, authorized to do business in Texas ("Developer") , and 5 Jackson Construction, LTD , authorized to do business in 6 Texas, acting by and through its duly authorized representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project 11 identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is generally 14 described as follows: 15 Water. Sanitary Sewer. Storm & Paving Improvements to Serve the McPherson Addition Multifamily Development 17 CPN:103716 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documentsare 21 of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 264 working days after the date when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard City Conditions of the Construction Contract 24 for Developer Awarded Projects. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that Developer will suffer 27 financial Toss if the Work is not completed within the times specified in Paragraph 3.2 above, plus 28 any extension thereof allowed in accordance with Article 10 of the Standard City Conditions of 29 the Construction Contract for Developer Awarded Projects. The Contractor also recognizes the 30 delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered 31 by the Developer if the Work is not completed on time. Accordingly, instead of requiring any such 32 proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor 33 shall pay Developer Five Hundred Dollars ($500.00) for each day that expires 34 after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter 35 of Acceptance. CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised June 16, 2016 00 52 43 - 2 Developer Awarded ProjectAgreement Page 2 of 4 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 40 Documents an amount in current funds of three million four hundred sixtv-five thousand one hundred and 41 seventy-one Dollars ($ 3.465,171.00). 42 Article 5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 A. The Contract Documents which comprise the entire agreement between Developer and 45 Contractor concerning the Work consist of the following: 46 1. This Agreement. 47 2. Attachments to this Agreement: 48 a. Bid Form (As provided by Developer) 49 1) Proposal Form (DAP Version) 50 2) Prequalification Statement 51 3) State and Federal documents (project specific) 52 b. Insurance ACORDForm(s) 53 c. Payment Bond (DAP Version) 54 d. Performance Bond (DAP Version) 55 e. Maintenance Bond (DAP Version) 56 f. Power of Attorney for the Bonds 57 g. Worker's CompensationAffidavit 58 h. MBE and/or SBE Commitment Form (If required) 59 3. Standard City General Conditions of the Construction Contract for Developer Awarded 60 Projects. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment or, if not 63 attached, as incorporated by reference and described in the Table of Contents of the 64 Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the Agreement 69 and, if issued, become an incorporated part of the Contract Documents: 70 a. Notice to Proceed. 71 b. FieldOrders. 72 c. Change Orders. 73 d. Letter of FinalAcceptance. 74 75 CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of 4 76 Article 6. INDEMNIFICATION 77 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, 78 its officers, servants and employees, from and against any and all claims arising out of, oralleged 79 to arise out of, the work and services to be performed by the contractor, its officers, agents, 80 employees, subcontractors, licenses or invitees under this contract. This indemnification provision 81 is specifically intended to operate and be effective even if it is alleged or proven that all or some 82 of the damages being sought were caused, in whole or in part, by any act, omission or negligence 83 of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, 84 expenses and legal fees incurred by the city in defending against such claims and causes of actions. 85 86 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its 87 officers, servants and employees, from and against any and all loss, damage or destruction of 88 property of the city, arising out of, or alleged to arise out of, the work and services to be performed 89 by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this 90 contract. This indemnification provision is specifically intended to operate and be effective even 91 if it is alleged or proven that all or some of the damages being sought were caused. in whole or in 92 part. by any act. omission or negligence of the city. 93 94 Article 7. MISCELLANEOUS 95 7.1 Terms. 96 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of the 97 Construction Contract for Developer Awarded Projects. 98 7.2 Assignment of Contract. 99 This Agreement, including all of the Contract Documents may not be assigned by the Contractor 100 without the advanced express written consent of the Developer. 101 7.3 Successors and Assigns. 102 Developer and Contractor each binds itself, its partners, successors, assigns and legal 103 representatives to the other party hereto, in respect to all covenants, agreements and obligations 104 contained in the Contract Documents. 105 7.4 Severability. 106 Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable 107 by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall 108 continue to be valid and binding upon DEVELOPER and CONTRACTOR. 109 7.5 Governing Law and Venue. 110 This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue 111 shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, 112 Fort Worth Division. 113 114 7.6 Authority to Sign. 115 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized 116 signatory of the Contractor. 117 118 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised June 16, 2016 00 52 43 -4 Developer Awarded ProjectAgreement Page 4 of 4 119 120 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 121 122 Contractor: Jackson Construction, LTD Troy L. Jackson (Printed Name) Developer: Gabriel Southwest LLC €oLv\ 01 J lr, (Printed Name) Title: President Title: 7 ill ' f Company Name: Company name: isrJ _cook .- )— p Y Address: 5112 Sun Valley Dr Address: 410 N Carroll Ave Ste 180 City/state/Zip: Fort Worth, TX 76119 6/b6;2— Date Date City/State/Zip: Southlake, TX 76092 6/1/110/32--. CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised June 16, 2016 2 3 4 THE STATE OF TEXAS 5 6 COUNTY OF TARRANT 7 SECTION 00 62 13 PERFORMANCE BOND § 006213-1 PERFORMANCEBOND Page 1 of 3 Bond #1086235 KNOW ALL BY THESE PRESENTS: 8 That we, Jackson Construction, LTD . known as 9 "Principal" herein and The Hanover Insurance Company , a corporate 10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as i 1 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Gabriel Southwest LLC, authorized to do business in Texas ("Developer") and the City ofFort 12 Worth, a Texas municipal corporation ("City"), in the penal sum of, 13 three million four hundred sixtv-five thousand one hundred and seventv-one Dollars ($ 3,465,171.00) 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas forthe 15 payment of which sum well and truly to be made jointly unto the Developer and the City as dual 16 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly 17 and severally, firmly by these presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Faeilities 20 Agreement, CFA Number e_1-0161;and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer -awarded 22 the �S�" day of 14-e. - , 20p ;-which Contract is hereby referred to and made a 23 part hereof for all purposes as if fully set forth herein, to fumish all materials, equipmentlabor 24 and other accessories defined by law, in the prosecution of the Work, ineluding any Change provideddesignatedSanitary Sewer, Storm & Paving forinsaid the McPherson Addition„ Multifamily.Development as ImprovementsOrders, s to SeryContract as Water,I 26 NOW, THEREFORE, the eondition 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, ineluding Change Orders, under the Contract, according to the plans, 29 specifications, and contract documents therein referred to, and as well during any periodof 30 extension of the Contract that may be granted on the part of the Developer and/or City, thenthis 3 i obligation shall be and become nuil and void, otherwise to remain in full force and effect. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 McPherson Addition Multifamily Development CPN# 103716 1 006213-2 PERFORMANCEBOND Page 2 of 2 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall liein 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 ofthe 5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers onthis the /II- day of 50A-L. 9 . 20 2r. 10 11 12 13 14 15 16 ATTEST: 17 18 19 (Principal) Secretary 20 21 22 23jr\24 25 *itn s as to Principal 26 27 28 29 30 31 32 33 34 35 36 37 38 39 iy� iI 'I (On 40 Witness as to Surety 41 42 43 c C Mk Crowley PRINCIPAL: Jackson Construction. LTD BY: f7 ;.9s Signature Troy L Jackson, President Name and Title Address: 5112 Sun Valley Dr Fort Worth, TX 76119 SURETY: The Hanover insurance pany BY: Signature Jack M Crowley, Attorney in Fact Name and Title Address: 500 N Akard Street, #4300 lialias, 1 X 75201 Telephone Number: 972 385 980D 44 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 45 from the by-laws showing that this person has authority to sign such obligation. If 46 Surety's physical address is different from its mailing address, both must be provided. 47 48 The date of the bond shall not be prior to the date the Contract is awarded, CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 McPherson Addition Multifamily Development CPN# 103716 1 SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS 5 6 COUNTY OF TARRANT 7 § 006214-1 PAYMENT BOND Page 1 of 3 Bond #1086235 KNOW ALL BY THESE PRESENTS: 8 That we, Jackson Construction, LTD _ known as 9 "Principal" herein, and The Hanover Insurance Company a 10 corporate surety ( or sureties if more than one), duly authorized to do business in the State of 11 Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the 12 Developer, Gabriel Southwest LLC, authorized to do business in Texas 13 "(Developer"), and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal 14 Sum of three million four hundred sixtv-live thousand one hundred and seventy-one Dollars 15 ($ 3,465,171.00), 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, firmly by these presents: 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth, by and through a Community Facilities 21 Agreement, CFA Number ;1-0161;and 22 WHEREAS, Principal has entered into a certain written Contract with Developer, 23 awarded the /S day of 1.01/1-2— _ 209.d." , which Contract is hereby 24 referred to and made a part hereof for all purposes as if fiilly set forth herein, to furnish all 25 materials, equipment, labor and other accessories as defined by law, in the prosecution ofthe Water y ewer Storm & Paving trMcPherson AdditionSanitary S �I m 26 Work1N�ult�fiam� Development Imrovee s ton said . n� ...serve the providedactandesignated as foru on 27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 28 Principal shall pay all monies owing to any (and all) payment bond beneficiary (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 OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 McPherson Addition Multifamily Development CPNii 103716 006214-2 PAYMENT BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 ofthe 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the /5 day of 6 Pt,— . 20 d?' 7 ATTEST: Oba rte/V1-\/-- (Principal) Secretary ritL esu. �— ess as to Principal A 11'EST: (Surety) Secretary Witness as to ure //V d 7SCrowIey PRINCIPAL: Jackson Construction, LTD BYT ,, " Signatufe 7 Troy L Jackson, President Name and Title Address: 5112 Sun Valley Dr Fort Worth, TX 76119 SURETY: The Hanover Insurance Company BY: Signatur Jack M Crowley, Attorney in Fact Name and Title Address: 500 N Akard Street, #4300 Dallas, TX 75201 Telephone Number: 972 3$5 9800 9 Note: If signed by an officer of the Surety, there must be on file a certified extract fromthe 10 bylaws showing that this person has authority to sign such obligation. If Surety's physical 1 address is different from its mailing address, both must be provided_ 12 13 The date of the bond shall not be prior to the date the Contract is awarded, 14 END OF SECTION CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 33, 2012 McPherson Addition Multifamily Develop nent CPN# 103716 1 3 4 THE STATE OF TEXAS 5 6 COUNTY OF TARRANT 7 SECTION 00 6219 MAINTENANCE BOND § 006219-I MAINTENANCE BOND Page 1 of 3 Bond #1086235 KNOW ALL BY THESE PRESENTS: 8 That we Jackson Construction, LTD known as 9 "Principal" herein and The Hanover Insurance Company a corporate surety 10 (sureties, if more than onc) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Gabriel Southwest LL,C, authorized to do business in Texas ("Developer") and the City ofFort 12 Worth, a Texas municipal corporation ("City"), in the sum of three million four hundred sixtv-five 13 thousand one hundred and seventv-one Dollars ($3,465,171.00), 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, forpayment 15 of which sum well and truly be made jointly unto the Developer and the City as dual obligeesand 16 their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, 17 jointly and severally, firmly by these prescnts. 19 20 WHEREAS, Developer and City have entered into an Agreement for the construction of 21 community facilities in the City of Fort Worth by and through a Community Facilities 22 Agreement, CFA Number 21-0161;and 23 WHEREAS, the pincipal has entered into a certain written contract with the Developer 24 awarded the day of -5014,- , 20d?7"; which Contract is 25 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to fumishall 26 materials, equipment labor and other accessories as defined by law, in the prosecution ofthe 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 Water, Sanitary Sewer, Storm & Paving Improveme,nWtoServe the McPhe rson Addition Multifamily Development; and 29 30 WHEREAS, 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 andwill 32 remain free from defects in materials or workmanship for and during the period of two (2)years 33 after the date of Final Acceptancc of the Work by the City ("Maintenance Period"); and 34 CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPNil 103716 Revised January 31, 2012 006219-2 MAINTENANCE BOND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notiee 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; othenviseto 8 remain in full force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated eosts thereof being borne 13 by the Principal and the Surety undcr this Maintenance Bond; and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall liein 16 Tarrant County, Texas or the United Statcs District Court for the Northern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive reeoverics may be had hereon for successive breaches. 21 22 23 CITY OF FORT WORTH STANDARD C1TY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 3I, 2012 McPherson Addition Multifamily Development CPN# I037I6 006219-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the L!ay of 5'to-k— a . 20 4 5 6 7 8 9 10 11 ATTEST: 12 13 14 (Principal) Secretary 15 16 17 18 19 24 it' ess as to Principal 21 22 23 24 25 26 27 28 29 ATTEST: 30 31 rf41 ' I 32 (Surety) Secretary 33 [ 34 f .4!L ?4(1), 35 Witness as to Surety 36 f row ley Telephone Number: PRINCIPAL: Jackson Construction, LTD BY: Sig>!iature Troy L Jackson, President Name and Title Address: 5112 Sun Valley Dr Fort Work TX 76119 The Hanover insurance Company Signa Jack M Crowley, Attorney in Fact SURETY: BY: Name and Title Address: 500 N Akard Street, #4300 Dallas, TX 75201 972-385-9500 37 *Note: If signed Ii fi an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address; both must beprovided. 40 41 42 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH McPherson Addition MultifamilyDevelopntent STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised January 31, 2012 I tit rtMRuJ V trt IIVJUKHIVUt UUIYI YHIV T MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANYand MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing underthe laves of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, (hereinafter individually and collectively the "Company') does hereby constitute and appoint, Steven R. Foster, Jack M. Crowley, Laurie Pflug , and Teuta Luri Of Willis Towers Watson Insurance Services West, Inc of Dallas, TX each individually, if there be more than' one named, as its true and lawful attorney(s)-in- fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, any and all surety bonds, recognizances, undertakings, or other surety obligations. The execution of such surety bonds, recognizances, undertakings or surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company, in their own proper persons_ Provided however, that this power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Thirty Five Million and No/100 ($35,000,000) in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as it acts, to execute and acknowledge for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by suchAttorneys-in-fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile. (Adopted October 7, 1981 — The Hanover Insurance Company; Adopted April 14, 1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001 — Citizens Insurance Company of America and affirmed by each Company on March 24, 2014) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANYand CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 10'h day of January, 2020. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITI„Z.ENS INSURANCE COMPANY OF AMERICA THE HANOVER H SU E COMPANY MASSACHUSETTS AY ICSURANCE COMPANY CITIZENS INSURAN CE CCIMPANY OF AMERICA vice President arvi 14-4K:tua-e-A-A3 H. Kawiecki. Vice President THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. On this 10th day of January, 2020 before me came the above named Executive Vice President and Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Companyand Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corborations. ARRLEEN V. SIMONS Norery Public COMNOWEALTH OF MAS,SAGtitiSETTS Ay Cammiss1on Expires June 15, E033 Arleen : r ins, TiotarypGblrc My Commission Expires June 15, 2023 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this day of CERTIFIED COPY THE HANOVER INSURANCE COMPANY MA ACHUSEi rS BAY INSURANCE COMPANY 1Z NS INSURANCE CgwPANY OF AMERICA -Carrick A. Bligh,,VicePs(sldent e Insurance Group® The Hanover Insurance Company i 440 Lincoln Street, Worcester, MA 01653 Otizens Insurance Company of America i 645 West Grand River Avenue, Howell, MI 48843 Texas Complaint Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call The Hanover Insurance Company/Citizens Insurance Company of America's toll -free telephone number for information or to make a complaint at: 1-800-608-8141 You may also write to The Hanover Insurance Company/ Citizens Insurance Company of America at: 440 Lincoln Street Worcester, MA 01615 You may contact the Texas Department of. Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. 0, Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the com- pany 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 con- dition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis de The Hanover Insurance Company/Citizens Insurance Company of America's para informacion o para someter una queja al: 1-800-608-8141 Usted tambien puede escribir a The Hanover Insurance Company/Citizens Insurance Company of America al: 440 Lincoln Street Worcester, MA 01615 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concemiente a su prima o a un rec- lamo, debe comunicarse con el agente o la compania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI), UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. 181-1457 (5/12) STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 — Definitions and Terminology 1 1.01 Defined Terms 1 1.02 Terminology 5 Article 2 — Preliminary Matters 6 2.01 Before Starting Construction 6 2.02 Preconstruction Conference 6 2.03 Public Meeting 6 Article 3 — Contract Documents and Amending 6 3.01 Reference Standards 6 3.02 Amending and Supplementing Contract Documents 6 Article 4 — Bonds and Insurance 7 4.01 Licensed Sureties and Insurers 7 4.02 Performance, Payment, and Maintenance Bonds 7 4.03 Certificates of Insurance 7 4.04 Contractor's Insurance 9 4.05 Acceptance of Bonds and Insurance; Option to Replace 12 Article 5 — Contractor's Responsibilities 12 5.01 Supervision and Superintendent 12 5.02 Labor; Working Hours 13 5.03 Services, Materials, and Equipment 13 5.04 Project Schedule 14 5.05 Substitutes and "Or -Equals" 14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) 16 5.07 Concerning Subcontractors, Suppliers, and Others 16 5.08 Wage Rates 18 5.09 Patent Fees and Royalties 19 5.10 Laws and Regulations 19 5.11 Use of Site and Other Areas 19 5.12 Record Documents 20 5.13 Safety and Protection 21 5.14 Safety Representative 21 5.15 Hazard Communication Programs 22 5.16 Submittals 22 5.17 Contractor's General Warranty and Guarantee 23 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification 24 5.19 Delegation of Professional Design Services 24 5.20 Right to Audit: 25 5.21 Nondiscrimination 25 Article 6 - Other Work at the Site 26 6.01 Related Work at Site 26 Article 7 - City's Responsibilities 26 7.01 Inspections, Tests, and Approvals 26 7.02 Limitations on City's Responsibilities 26 7.03 Compliance with Safety Program 27 Article 8 - City's Observation Status During Construction 27 8.01 City's Project Representative 27 8.02 Authorized Variations in Work 27 8.03 Rejecting Defective Work 27 8.04 Determinations for Work Performed 28 Article 9 - Changes in the Work 9.01 Authorized Changes in the Work 9.02 Notification to Surety Article 10 - 10.01 10.02 10.03 Article 11- 11.01 11.02 11.03 11.04 11.05 11.06 11.07 11.08 Article 12 - 12.01 12.02 12.03 12.04 28 28 28 Change of Contract Price; Change of Contract Time 28 Change of Contract Price 28 Change of Contract Time 28 Delays 28 Tests and Inspections; Correction, Removal or Acceptance of Defective Work 29 Notice of Defects 29 Access to Work 29 Tests and Inspections 29 Uncovering Work 30 City May Stop the Work 30 Correction or Removal of Defective Work 30 Correction Period 30 City May Correct Defective Work 31 Completion 32 Contractor's Warranty of Title 32 Partial Utilization 32 Final Inspection 32 Final Acceptance 33 Article 13 - Suspension of Work 33 13.01 City May Suspend Work 33 Article 14 - Miscellaneous 34 14.01 Giving Notice 34 CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJFCTS Revised: January 10, 2013 14.02 Computation of Times 34 14.03 Cumulative Remedies 34 14.04 Survival of Obligations 35 14.05 Headings 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 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 OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement c. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions m. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings p. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. 11. Day or day — A day, unless otherwise 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 OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to 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 OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of 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 OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract 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 OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be 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 OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4 — BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, 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 OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or 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 OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 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 OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's 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 OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $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: NONE 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: NONE Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence:: NONE Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the 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 OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working 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 OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 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 OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 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 OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 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 OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑ 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 OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. ® Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 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 OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place 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 OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnifi, 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 peiiiut any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 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 OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 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 OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.B. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the 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 OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 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 OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 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 OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 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 OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part 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 OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 007310-30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 007310-31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 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 OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 007310-32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 007310-33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 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 OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 007310-34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 — MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 007310-35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 01 11 00 -1 DAP SUMMARY OF WORK SECTION 01 11 00 SUMMARY OF WORK PART 1 - GENERAL 1.1 SUMMARY Page 1 of 3 A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents 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. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN# 103716 Revised December 20, 2012 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN# 103716 Revised December 20, 2012 01 11 00 - 3 DAP SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN# 103716 Revised December 20, 2012 01 31 19 -1 DAP PRECONSTRUCTION MEETING SECTION 01 31 19 PRECONSTRUCTION MEETING PART 1 - GENERAL 1.1 SUMMARY Page 1 of 3 A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised August 30, 2013 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals 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 OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised August 30, 2013 01 31 19 -3 DAP PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised August 30, 2013 013300-1 DAP SUBMITTALS SECTION 01 33 00 DAP SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY Page 1 of 8 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 OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised August 30, 2013 013300-2 DAP SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Sectionnumber. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) "By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 1/2 inches x 11 inches to 8 %2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised August 30, 2013 01 33 00 -3 DAP SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily 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 OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised August 30, 2013 013300-4 DAP SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised August 30, 2013 013300-5 DAP SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabricationprocesses, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised August 30, 2013 013300-6 DAP SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit 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 OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised August 30, 2013 013300-8 DAP SUBMITTALS PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION DATE NAME 12/20/2012 D. Johnson Revision Log SUMMARY OF CHANGE 1.4.K.8. Working Days modified to Calendar Days Page 8 of 8 CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised August 30, 2013 013513-1 DAP SPECIAL PROJECT PROCEDURES 1 2 3 4 PART 1 - GENERAL 5 1.1 SUMMARY SECTION 0135 13 SPECIAL PROJECT PROCEDURES Page 1 of 7 6 A. Section Includes: 7 1. The procedures for special project circumstances that includes, but is not limited to: 8 a. Coordination with the Texas Department of Transportation 9 b. Work near High Voltage Lines 10 c. Confined Space Entry Program 11 d. Air Pollution Watch Days 12 e. Use of Explosives, Drop Weight, Etc. 13 f. Water Department Notification 14 g. Public Notification Prior to Beginning Construction 15 h. Coordination with United States Army Corps of Engineers 16 i. Coordination within Railroad permits areas 17 j. Dust Control 18 k. Employee Parking 19 20 21 B. Deviations from this City of Fort Worth Standard Specification 22 1. None. 23 C. Related Specification Sections include, but are not necessarily limited to: 24 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 25 2. Division 1 — General Requirements 26 3. Section 33 12 25 — Connection to Existing Water Mains 27 28 1.2 REFERENCES 29 A. Reference Standards 30 1. Reference standards cited in this Specification refer to the currentreference 31 standard published at the time of the latest revision date logged at the end of this 32 Specification, unless a date is specifically cited. 33 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter752. 34 High Voltage Overhead Lines. 35 3. North Central Texas Council of Governments (NCTCOG) — CleanConstruction 36 Specification 37 1.3 ADMINISTRATIVE REQUIREMENTS 38 A. Coordination with the Texas Department of Transportation 39 1. When work in the right-of-way which is under the jurisdiction of the Texas 40 Department of Transportation (TxDOT): CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised August, 30, 2013 013513-2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 1 a. Notify the Texas Department of Transportation prior to commencing any work 2 therein in accordance with the provisions of the permit 3 b. All work performed in the TxDOT right-of-way shall be performedin 4 compliance with and subject to approval from the Texas Deparlrnent of 5 Transportation 6 B. Work near High Voltage Lines 7 1. Regulatory Requirements 8 a. All Work near High Voltage Lines (more than 600 volts measured between 9 conductors or between a conductor and the ground) shall be in accordance with 10 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 11 2. Warning sign 12 a. Provide sign of sufficient size meeting all OSHA requirements. 13 3. Equipment operating within 10 feet of high voltage lines will require the following 14 safety features 15 a. Insulating cage -type of guard about the boom or arm 16 b. Insulator links on the lift hook connections for back hoes or dippers 17 c. Equipment must meet the safety requirements as set forth by OSHA and the 18 safety requirements of the owner of the high voltage lines 19 4. Work within 6 feet of high voltage electric lines 20 a. Notification shall be given to: 21 1) The power company (example: ONCOR) 22 a) Maintain an accurate log of all such calls to power company and record 23 action taken in each case. 24 b. Coordination with power company 25 1) After notification coordinate with the power company to: 26 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 27 lower the lines 28 c. No personnel may work within 6 feet of a high voltage line before the above 29 requirements have been met. 30 C. Confined Space Entry Program 31 1. Provide and follow approved Confined Space Entry Program in accordance with 32 OSHA requirements. 33 2. Confined Spaces include: 34 a. Manholes 35 b. All other confined spaces in accordance with OSHA's Permit Required for 36 Confined Spaces 37 D. Use of Explosives, Drop Weight, Etc. 38 1. When Contract Documents permit on the project the following will apply: 39 a. Public Notification 40 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 41 prior to commencing. 42 2) Minimum 24 hour public notification in accordance with Section 01 31 13 43 E. Water Department Coordination CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised August, 30, 2013 013513-3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Depth tuient to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition, the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 F. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block byblock 21 basis, prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name ofProject 29 b) City Project No (CPN) 30 c) Scope of Project (i.e. type of constructionactivity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 G. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction, prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised August, 30, 2013 01 35 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f. Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 H. Coordination with United States Army Corps of Engineers (USACE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required, meet all requirements set forth in each designated 20 permit. 21 I. Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required, meet all requirements set forth in each designated 24 railroad permit. This includes, but is not limited to, provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 J. Dust Control 37 1. Use acceptable measures to control dust at the Site. 38 a. If water is used to control dust, capture and properly dispose of waste water. 39 b. If wet saw cutting is performed, capture and properly dispose of slurry. 40 K. Employee Parking 41 1. Provide parking for employees at locations approved by theCity. 42 43 44 45 CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised August, 30, 2013 013513-5 DAP SPECIAL PROJECT PROCEDURES 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 DATE NAME 8/31/2012 D. Johnson Page 5 of 7 Revision Log SUMMARY OF CHANGE 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. CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised August, 30, 2013 013513-6 DAP SPECIAL PROJECT PROCEDURES 1 EXHIBIT A 2 3 4 5 6 Date: 7 (To be printed on Contractor's Letterhead) Page 6 of 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 NCITICE QF CQNSTIUCTIQI 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 37 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised August, 30, 2013 013513-7 DAP SPECIAL PROJECT PROCEDURES 1 EXHIBIT B Date: FORT WORTH DOE NO. XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. OR MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR Page 7 of 7 CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised August, 30, 2013 01 45 23 DAP TESTING AND INSPECTION SERVICES SECTION 01 45 23 TESTING AND INSPECTION SERVICES PART 1- GENERAL 1.1 SUMMARY Page 1 of 2 A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another form of distribution approved by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised March 20, 2020 [Insert Project Name] [Insert Project Number] 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised March 20, 2020 [Insert Project Name] [Insert Project Number] 015000-1 DAP TEMPORARY FACILITIES AND CONTROLS SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY Page 1 of 4 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 OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN#103716 Revised JULY 1, 2011 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion 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 mariner a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN#103716 Revised JULY 1, 2011 015000-3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration 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 OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN#103716 Revised JULY 1, 2011 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN#103716 Revised JULY 1, 2011 015526-1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 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 OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised July 1, 2011 01 55 26 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Depaitinent Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised July 1, 2011 015526-3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised July 1, 2011 015713-1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 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 OF FORT WORTH McPherson Addition Multifamily Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised July 1, 2011 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 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 OF FORT WORTH McPherson Addition Multifamily Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised July 1, 2011 015713-3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH McPherson Addition Multifamily Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised July 1, 2011 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City's website at: httns://anns.fortworthtexas.gov/ProiectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. C. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. D. See Section 01 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN#103716 Revised March 20, 2020 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magafia Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN#103716 Revised March 20, 2020 016600-1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 01 66 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timelyinstallation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. 34 35 36 CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised April 7, 2014 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage andhandling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documentsand 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials andequipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations thatwill 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off -site storage and protection when on -site storage is not adequate. 25 a. Provide addresses of and access to off -site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopenedcontainers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised April 7, 2014 01 66 00 - 3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [oR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior tounloading. 14 B. Non -Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any otherway 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's writtendirections. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if requiredby 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 31 32 CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised April 7, 2014 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised April 7, 2014 017000-1 DAP MOBILIZATION AND REMOBILIZATION SECTION 01 70 00 MOBILIZATION AND REMOBILIZATION PART 1- GENERAL 1.1 SUMMARY Page 1 of 4 A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised April 7, 2014 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2 Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2 Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised April 7, 2014 017000-3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised April 7, 2014 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised April 7, 2014 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 7 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. See Changes (Highlighted in Yellow). 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the various Items bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will be 27 allowed. 28 3. As -Built Survey 29 a. Measurement 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) The work performed and the materials furnished in accordance with this 33 Item are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 1.3 REFERENCES 36 A. Definitions 37 1. Construction Survey - The survey measurements made prior to or while 38 construction is in progress to control elevation, horizontal position, dimensions and 39 configuration of structures/improvements included in the Project Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised February 14, 2018 [Insert Project Name] [Insert Project Number] 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 7 1 2. As -built Survey —The measurements made after the construction of the 2 improvement features are complete to provide position coordinates for the features 3 of a project. 4 3. Construction Staking — The placement of stakes and markings to provide offsets 5 and elevations to cut and fill in order to locate on the ground the designed 6 structures/improvements included in the Project Drawings. Construction staking 7 shall include staking easements and/or right of way if indicated on the plans 8 4. Survey "Field Checks" — Measurements made after construction staking is 9 completed and before construction work begins to ensure that structures marked on 10 the ground are accurately located per Project Drawings. 11 B. Technical References 12 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw 13 website) — 01 71 23.16.01_ Attachment A Survey Staking Standards 14 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available 15 on City's Buzzsaw website). 16 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 17 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 18 Surveying in the State of Texas, Category 5 19 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. The Contractor's selection of a surveyor must comply with Texas Government 22 Code 2254 (qualifications based selection) for this project. 23 1.5 SUBMITTALS 24 A. Submittals, if required, shall be in accordance with Section 01 33 00. 25 B. All submittals shall be received and reviewed by the City prior to delivery of work. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 27 A. Field Quality Control Submittals 28 1. Documentation verifying accuracy of field engineering work, including coordinate 29 conversions if plans do not indicate grid or ground coordinates. 30 2. Submit "Cut -Sheets" conforming to the standard template provided by the City 31 (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). 32 1.7 CLOSEOUT SUBMITTALS 33 B. As -built Redline Drawing Submittal 34 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 35 constructed improvements signed and sealed by Registered Professional Land 36 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A 37 — Survey Staking Standards) . 38 2. Contractor shall submit the proposed as -built and completed redline drawing 39 submittal one (1) week prior to scheduling the project final inspection for City 40 review and comment. Revisions, if necessary, shall be made to the as -built redline 41 drawings and resubmitted to the City prior to scheduling the construction final 42 inspection. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised February 14, 2018 [Insert Project Name] [Insert Project Number] 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 7 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE 3 A. Construction Staking 4 1. Construction staking will be performed by the Contractor. 5 2. Coordination 6 a. Contact City and Developer's Project Representative at least one week in 7 advance notifying the City of when Construction Staking is scheduled. 8 b. It is the Contractor's responsibility to coordinate staking such that 9 construction activities are not delayed or negatively impacted. 10 3. General 11 a. Contractor is responsible for preserving and maintaining stakes. If 12 Developer's Project Representative is required to re -stake for any reason, the 13 Contractor will be responsible for costs to perform staking. If in the opinion of 14 the City, a sufficient number of stakes or markings have been lost, destroyed 15 disturbed or omitted that the contracted Work cannot take place then the 16 Contractor will be required to stake or re -stake the deficient areas. 17 B. Construction Survey 18 1. Construction Survey will be performed by the Contractor. 19 2. Coordination 20 a. Contractor to verify that horizontal and vertical control data established in the 21 design survey and required for construction survey is available and in place. 22 3. General 23 a. Construction survey will be performed in order to construct the work shown 24 on the Construction Drawings and specified in the Contract Documents. 25 b. For construction methods other than open cut, the Contractor shall perform 26 construction survey and verify control data including, but not limited to, the 27 following: 28 1) Verification that established benchmarks and control are accurate. 29 2) Use of Benchmarks to furnish and maintain all reference lines and grades 30 for tunneling. 31 3) Use of line and grades to establish the location of the pipe. 32 4) Submit to the City copies of field notes used to establish all lines and 33 grades, if requested, and allow the City to check guidance system setup prior 34 to beginning each tunneling drive. 35 5) Provide access for the City, if requested, to verify the guidance system and 36 the line and grade of the carrier pipe. 37 6) The Contractor remains fully responsible for the accuracy of the work and 38 correction of it, as required. 39 7) Monitor line and grade continuously during construction. 40 8) Record deviation with respect to design line and grade once at each pipe 41 joint and submit daily records to the City. 42 9) If the installation does not meet the specified tolerances (as outlined in 43 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 44 the installation in accordance with the Contract Documents. 45 C. As -Built Survey 46 1. Required As -Built Survey will be performed by the Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised February 14, 2018 [Insert Project Name] [Insert Project Number] 01 71 23 -4 CONSTRUCTION STAKING AND SURVEY Page 4 of 7 1 2. Coordination 2 a. Contractor is to coordinate with City to confirm which features require as- 3 built surveying. 4 b. It is the Contractor's responsibility to coordinate the as -built survey and 5 required measurements for items that are to be buried such that construction 6 activities are not delayed or negatively impacted. 7 c. For sewer mains and water mains 12" and under in diameter, it is acceptable 8 to physically measure depth and mark the location during the progress of 9 construction and take as -built survey after the facility has been buried. The 10 Contractor is responsible for the quality control needed to ensure accuracy. 11 3. General 12 a. The Contractor shall provide as -built survey including the elevation and 13 location (and provide written documentation to the City) of construction 14 features during the progress of the construction including the following: 15 1) Water Lines 16 a) Top of pipe elevations and coordinates for waterlines at the following 17 locations: 18 (1) Minimum every 250 linear feet, including 19 (2) Horizontal and vertical points of inflection, curvature, 20 etc. 21 (3) Fire line tee 22 (4) Plugs, stub -outs, dead-end lines 23 (5) Casing pipe (each end) and all buried fittings 24 2) Sanitary Sewer 25 a) Top of pipe elevations and coordinates for force mains and siphon 26 sanitary sewer lines (non -gravity facilities) at the following locations: 27 (1) Minimum every 250 linear feet and any buried fittings 28 (2) Horizontal and vertical points of inflection, curvature, 29 etc. 30 3) Stormwater — Not Applicable 31 b. The Contractor shall provide as -built survey including the elevation and 32 location (and provide written documentation to the City) of construction 33 features after the construction is completed including the following: 34 1) Manholes 35 a) Rim and flowline elevations and coordinates for each manhole 36 2) Water Lines 37 a) Cathodic protection test stations 38 b) Sampling stations 39 c) Meter boxes/vaults (All sizes) 40 d) Fire hydrants 41 e) Valves (gate, butterfly, etc.) 42 f) Air Release valves (Manhole rim and vent pipe) 43 g) Blow off valves (Manhole rim and valve lid) 44 h) Pressure plane valves 45 i) Underground Vaults 46 (1) Rim and flowline elevations and coordinates for each 47 Underground Vault. 48 3) Sanitary Sewer 49 a) Cleanouts 50 (1) Rim and flowline elevations and coordinates for each CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised February 14, 2018 [Insert Project Name] [Insert Project Number] 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 7 1 b) Manholes and Junction Structures 2 (1) Rim and flowline elevations and coordinates for each 3 manhole and junction structure. 4 4) Stormwater — Not Applicable 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY 8 PART2- PRODUCTS 9 A. A construction survey will produce, but will not be limited to: 10 1. Recovery of relevant control points, points of curvature and points of intersection. 11 2. Establish temporary horizontal and vertical control elevations (benchmarks) 12 sufficiently permanent and located in a manner to be used throughout construction. 13 3. The location of planned facilities, easements and improvements. 14 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 15 areas, utilities, streets, highways, tunnels, and other construction. 16 b. A record of revisions or corrections noted in an orderly manner for reference. 17 c. A drawing, when required by the client, indicating the horizontal and vertical 18 location of facilities, easements and improvements, as built. 19 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 20 construction staking projects. These cut sheets shall be on the standard city template 21 which can be obtained from the Survey Superintendent (817-392-7925). 22 5. Digital survey files in the following formats shall be acceptable: 23 a. AutoCAD (.dwg) 24 b. ESRI Shapefile (.shp) 25 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 26 standard templates, if available) 27 6. Survey files shall include vertical and horizontal data tied to original project 28 control and benchmarks, and shall include feature descriptions 29 PART 3 - EXECUTION 30 3.1 INSTALLERS 31 A. Tolerances: 32 1. The staked location of any improvement or facility should be as accurate as 33 practical and necessary. The degree of precision required is dependent on many 34 factors all of which must remain judgmental. The tolerances listed hereafter are 35 based on generalities and, under certain circumstances, shall yield to specific 36 requirements. The surveyor shall assess any situation by review of the overall plans 37 and through consultation with responsible parties as to the need for specific 38 tolerances. 39 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 40 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 41 1.0 ft. tolerance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised February 14, 2018 [Insert Project Name] [Insert Project Number] 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 7 b. Horizontal alignment on a structure shall be within .0.1 ft tolerance. 2 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 3 walkways shall be located within the confines of the site boundaries and, 4 occasionally, along a boundary or any other restrictive line. Away from any 5 restrictive line, these facilities should be staked with an accuracy producing no 6 more than 0.05ft. tolerance from their specified locations. 7 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 8 electric lines, shall be located horizontally within their prescribed areas or 9 easements. Within assigned areas, these utilities should be staked with an 10 accuracy producing no more than 0.1 ft tolerance from a specified location. 11 e. The accuracy required for the vertical location of utilities varies widely. Many 12 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 13 should be maintained Underground and overhead utilities on planned profile, 14 but not depending on gravity flow for performance, should not exceed 0.1 ft. 15 tolerance. 16 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 17 specifications or in compliance to standards. The City reserves the right to request a 18 calibration report at any time and recommends regular maintenance schedule be 19 performed by a certified technician every 6 months. 20 1. Field measurements of angles and distances shall be done in such fashion as to 21 satisfy the closures and tolerances expressed in Part 3.1.A. 22 2. Vertical locations shall be established from a pre -established benchmark and 23 checked by closing to a different bench mark on the same datum. 24 3. Construction survey field work shall correspond to the client's plans. Irregularities 25 or conflicts found shall be reported promptly to the City. 26 4. Revisions, corrections and other pertinent data shall be logged for future reference. 27 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 3.4 APPLICATION 31 3.5 REPAIR / RESTORATION 32 A. If the Contractor's work damages or destroys one or more of the control 33 monuments/points set by the Developer's Project Representative, the monuments shall be 34 adequately referenced for expedient restoration. 35 1. Notify City or Developer's Project Representative if any control data needs to be 36 restored or replaced due to damage caused during construction operations. 37 a. Contractor shall perform replacements and/or restorations. 38 b. The City or Developer's Project Representative may require at any time a 39 survey "Field Check" of any monument or benchmarks that are set be verified 40 by the Developer's Project Representative before further associated work can 41 move forward. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised February 14, 2018 [Insert Project Name] [Insert Project Number] 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 7 1 3.6 RE -INSTALLATION [NOT USED] 2 3.7 FIELD [oR] SITE QUALITY CONTROL 3 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 4 Developer's Project Representative in accordance with this Specification. This includes 5 easements and right of way, if noted on the plans 6 B. Do not change or relocate stakes or control data without approval from the City. 7 3.8 SYSTEM STARTUP 8 A. Survey Checks 9 1. The City reserves the right to perform a Survey Check at any time deemed 10 necessary. 11 2. Checks by City personnel or 3rd party contracted surveyor are not intended to 12 relieve the contractor of his/her responsibility for accuracy. 13 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION 21 22 DATE NAME 8/31/2012 D. Johnson 8/31/2017 M. Owen Revision Log SUMMARY OF CHANGE 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. Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised February 14, 2018 [Insert Project Name] [Insert Project Number] 1 2 SECTION 01 74 23 CLEANING 017423-1 DAP CLEANING Page 1 of 4 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning ofclosed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbedby 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN#103716 Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New anduncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinnerin 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. 33 34 35 36 CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN#103716 Revised April 7, 2014 01 74 23 - 3 DAP CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on -site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris andrubbish. 13 3. Confine construction debris daily in strategically locatedcontainer(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finishpainting. 18 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Exterior (Site or Right of Way) Final Cleaning 22 1. Remove trash and debris containers from site. 23 a. Re -seed areas disturbed by location of trash and debris containers in accordance 24 with Section 32 92 13. 25 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 26 that may hinder or disrupt the flow of traffic along the roadway. 27 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 28 junction boxes and inlets. 29 4. If no longer required for maintenance of erosion facilities, and upon approval by 30 City, remove erosion control from site. 31 Clean signs, lights, signals, etc. 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 37 38 39 40 CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN#103716 Revised April 7, 2014 01 74 23 - 4 DAP CLEANING Page 4 of 4 1 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN#103716 Revised April 7, 2014 01 77 19 -1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 1 SECTION 01 77 19 2 CLOSEOUT REQUIREMENTS 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out acontract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 1. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds andAffidavits 19 1. No application for final payment will be accepted until all guarantees,bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN#103716 Revised April 7, 2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PAT 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 01 7839 11 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City, that the required Work has been completed. Uponreceipt 26 of this notice, the City, in the presence of the Contractor, will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment infull 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion 40 CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN#103716 Revised April 7, 2014 01 77 19 -3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report (if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation ofContractor 13 F. Letter of FinalAcceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR / RESTORATION [NOT USED] 18 3.6 RE -INSTALLATION [NOT USED] 19 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 29 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN#103716 Revised April 7, 2014 017823-1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 01 78 23 2 OPERATION AND MAINTENANCE DATA 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limitedto: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00. All submittals shallbe 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 1/2 inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten 38 39 CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN#103716 Revised April 7, 2014 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly -leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title ofProject 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into relatedconsistent 19 groupings. 20 4. If available, provide an electronic form of the O&MManual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of thevolume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheetto: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of eachprocedure. CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN#103716 Revised April 7, 2014 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials andfinishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care andmaintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moistu0re protection and weather exposureproducts: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance andrepair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut -down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controlsmanufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN#103716 Revised April 7, 2014 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers, with location and function of each valve 2 j. List of original manufacturer's spare parts, manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories ofpanelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts, manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of describedproducts 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare requireddrawings 37 CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised April 7, 2014 17823-5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 8 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 — title of section removed 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised April 7, 2014 017839-1 DAP PROJECT RECORD DOCUMENTS SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY Page 1 of 4 A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised April 7, 2014 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required 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 OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised April 7, 2014 017839-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the 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 OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised April 7, 2014 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 4/7/2014 M.Domcnech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP Application CITY OF FORT WORTH McPherson Addition Multifamily Development STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 103716 Revised April 7, 2014 GEOTECHNICAL ENGINEERING STUDY MUSTANG RANCH ROAD & VISTA GRANDE BOULEVARD FORT WORTH, TEXAS Presented To: Baird, Hampton & Brown, Inc. December 2021 PROJECT NO. 110-21-138 Alr)CMJ CIVljGEN I N EE RI N G, I N C. December 1 4, 2021 Report No. 110-21-138 Baird, Hampton & Brown, Inc. 6300 Ridglea Place, Suite 700 Fort Worth, Texas 76116 Attn: Mr. Joe LaCroix, P.E. GEOTECHNICAL ENGINEERING STUDY MUSTANG RANCH ROAD & VISTA GRANDE BOULEVARD FORT WORTH, TEXAS Dear Mr. LaCroix: 7636 Pebble Drive FOR Worth, Texas 76118 www.cmjengr.com Submitted here are the results of a geotechnical engineering study for the referenced project. This study was performed in general accordance with CMJ Proposal No. 21-8313 dated September 30, 2021. The geotechnical services were authorized by Mr. Joe LaCroix, P.E. on September 30, 2021. Engineering analyses and recommendations are contained in the text section of the report. Results of our field and laboratory services are included in the appendix of the report. We would appreciate the opportunity to be considered for providing the materials engineering and geotechnical observation services during the construction phase of this project. We appreciate the opportunity to be of service to Baird, Hampton & Brown, Inc. Please contact us if you have any questions or if we may be of further service at this time. Respectfully submitted, CMJ ENGINEERING, INC. ./MATTIIEW W. KAMMERDIENERI ws run nrciSTRATION No. F-91 7 . 1r . • • ;.;,� .� C� • P. Etl�' ss1 `=Li*4 Matthew W. Kammerdiener, Jame P. Spington IV, P.E. Pres"dent Tex s No. 97402 copies submitted: (2) Mr. Joe LaCroix, P.E.; Baird, Hampton & Brown, Inc. (email & mail) Ph 00o (817) 284 9400 Fax (817)589-9993 Metro (817) 589-9992 TABLE OF CONTENTS Page 1.0 INTRODUCTION 1 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2 3.0 SUBSURFACE CONDITIONS 3 4.0 PAVEMENT DESIGN 5 5.0 EARTHWORK 11 6.0 CONSTRUCTION OBSERVATIONS 14 7.0 REPORT CLOSURE 14 Plan of Borings APPENDIX A Unified Soil Classification System Key to Classification and Symbols Logs of Borings Free Swell Test Results Lime Series Test Results Soluble Sulfate Test Results Pavement Thickness Design APPENDIX B Plate A.1 A.2 A.3 A.4 —A.8 A.9 A.10 A.11 Plate B.1 1.0 INTRODUCTION 1.1 General The project, as currently planned, will consist of two new residential streets, Mustang Ranch Road and Vista Grande Boulevard to be located south of McPherson Boulevard and east of Brewer Boulevard in Fort Worth, Texas. Approximately 2,700 linear feet of new streets are planned. This investigation meets the requirements of the City of Fort Worth Pavement Design Manual, dated January 2015. Plate A.1, Plan of Borings, depicts the project vicinity and approximate locations of the exploration borings. 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, develop recommendations for the type or types of pavement subgrade preparation and modification, provide pavement design guidelines, and provide earthwork recommendations. To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses, using the field and laboratory data to develop geotechnical recommendations for the proposed construction. The design is currently in progress and the locations and/or elevations of the roadways could change. Once the final design is near completion (80-percent to 90-percent stage), it is recommended that CMJ Engineering, Inc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended. 1.3 Report Format The text of the report is contained in Sections 1 through 7. All plates and large tables are contained in Appendix A. The alpha -numeric plate and table numbers identify the appendix in which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur. Report No. 110-21-138 CMJ ENGINEERING, INC. Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project site were explored by five (5) vertical soil borings drilled to a depth of 10 feet below existing grades. The borings were drilled with truck mounted drilling equipment using continuous flight augers at the approximate locations shown on the Plans of Borings, Plate A.1. The boring logs are included on Plates A.4 through A.8 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin -walled (Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler consists of a thin -walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (TxDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170- pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respective test depths, as blows per 6 inches on the log. In hard materials (rock or rock -like), the Report No. 110-21-138 2 CMJ ENGINEERING, INC. penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the borings. In addition to the classification tests (liquid limits and plastic limits), moisture content, unit weight tests and unconfined compressive tests were performed. Results of the laboratory classification tests, moisture content, unit weight, and unconfined com\pressive tests conducted for this project are included on the boring logs. Swell testing was performed on a specimen from a selected sample of the clays. This test was performed to help in evaluating the swell potential of soils in the area of the proposed pavement. The results of the swell test are presented on Plate A.9. An Eades and Grim Lime Series test was performed on a selected sample to identify the appropriate concentration of lime to add to soils for modification purposes. The results of the lime series test are presented on Plate A.10. Soluble sulfate tests were conducted on selected soil samples recovered from the borings. The sulfate testing was conducted to help identify sulfate -induced heaving potential of the soils. Sulfate - induced heaving can cause detrimental volumetric changes to a lime modified subgrade. The results of the sulfate tests are presented on Plate A.11. The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. 3.0 SUBSURFACE CONDITIONS 3.1 Soil Conditions Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings are discussed below. Note that depths on the borings refer to the depth from the existing grade or ground Report No. 110-21-138 3 CMJ ENGINEERING, INC. surface present at the time of the investigation, and the boundaries between the various soil types are approximate. Soils encountered in Borings B-2 through B-5 consist of dark brown, brown, reddish brown, and light reddish brown clays of high plasticity. The various clayey soils often contain limestone fragments, calcareous nodules, iron stains, and ironstone nodules. The various clays had tested Liquid Limits (LL) of 51 to 72 with Plasticity Indices (PI) of 32 to 47 and are classified as CH by the USCS. The various clays were generally stiff to hard (soil basis) in consistency, with pocket penetrometer readings of 1.5 to greater than 4.5 tsf. The clay soils had tested dry unit weight values of 78 to 104 pcf and tested unconfined compressive strengths were 1,670 to 9,390 psf. Tan limestone typically containing clay seams and layers is next encountered at depths of 1 to 4 feet in Borings B-2 through B-5 and is present at the surface in Boring B-1. The tan limestone occurs fractured or weathered above depths of 4 to 5 feet in Borings B-1, B-4, and B-5. The tan limestone is generally moderately hard to very hard (rock basis), with Texas Cone Penetration (THD) test values of % to 23/4 inches per 100 blows. Borings B-1 through B-5 were terminated within the tan limestone at a depth of 10 feet. 3.2 Groundwater Observations The borings were drilled using continuous flight augers in order to observe groundwater seepage during drilling. Groundwater seepage was not observed during drilling and all borings were dry at completion. While it is not possible to accurately predict the magnitude of subsurface water fluctuation that might occur based upon these short-term observations, it should be recognized that groundwater conditions will vary with fluctuations in rainfall. Fluctuations of the groundwater level can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were performed. During wet periods of the year, seepage can occur in joints in the clays or atop or within the tan limestones. The possibility of groundwater fluctuations should be considered when developing the design and construction plans for the project. Report No. 110-21-138 4 CMJ ENGINEERING, INC. 4.0 PAVEMENT DESIGN 4.1 Pavement Subgrade Considerations 4.1.1 General The performance of the pavement for this project depends upon several factors including: the characteristics of the supporting soil; the magnitude and frequency of wheel load applications; the quality of construction materials; the contractor's placement and workmanship abilities; and the desired period of design life. The success of the pavement subgrade is subgrade soil strength and control of water. Adequate subgrade performance can be achieved by modifying or stabilizing the existing soils used to construct the pavement subgrade. Pavement sections are susceptible to edge distress as edge support deteriorates over time. Therefore, care must be taken to provide and maintain proper edge support. In conjunction with a stabilized subgrade underlying the pavement, it is recommended that the stabilized subgrade extend a minimum of 12 inches beyond the riding surface on each side of the proposed pavement. Maintenance should be provided when edge support deteriorates. 4.2 Potential Vertical Movements Estimates of expansive movement potential have been estimated using TxDOT Test Method Tex 124-E. Potential vertical movements on the order of 1 to 3 inches are estimated. Movements in excess of the estimated value can occur if poor drainage, excessive water collection, leaking pipelines, etc. occur. Any such excessive water conditions should be rectified as soon as possible. In order to minimize rainwater infiltration through the pavement surface, and thereby minimizing future upward movement of the pavement slabs, all cracks and joints in the pavement should be sealed on a routine basis after construction. 4.3 Sulfate -Induced Heaving Soluble sulfate testing was conducted to check for sulfate -induced heaving potential. Sulfate - induced heaving is caused when hydrated lime is added to a soil with high sulfate concentration. The lime reacts with the sulfates to cause potentially large volumetric changes in the soil. Soluble sulfate levels in soils on the order of 2,000 parts -per -million (ppm) or less are usually of low concern and warrant only observation of the subgrade during the stabilization process. Soluble sulfate levels on the order of 2,000 to 6,000 ppm usually warrant a double lime process, with the first Report No. 110-21-138 5 CMJ ENGINEERING, INC. treatment of lime consisting of 1/2 the recommended concentration and a second lime treatment consisting of the full recommended concentration. Sulfate levels on the order of 6,000+ ppm may require a double -lime process, with the two full concentration lime treatments. Soluble sulfates were detected at this site, with tested values of 1,080 to 1,380 ppm in Borings B-2 and B-5. In areas where the samples tested are below 2,000 ppm, a single -lime process may be tentatively selected. The single -lime treatment is described in Section 4.4. Once the subgrade is established, the actual subgrade should be retested to verify sulfate concentration and any special measures identified on a case -by -case basis. Addition soluble sulfate testing on 200-foot intervals following rough grading is recommended. In addition, it is recommended that during the curing period of the lime treatment, the subgrade be supplied with ample moisture and it should be checked for any volumetric changes that may indicate a lime -induced heaving condition. If detected during construction, any areas of high soluble sulfate concentration should utilize a double lime process as previously discussed or flexible base substitution. 4.4 Pavement Subgrade Preparation 4.4.1 General Anticipated subgrade materials generally consist of clays of high plasticity or limestone. The higher plasticity clays are subject to loss in support value with the moisture increases which occur beneath pavement sections. They react with hydrated lime, which serves to improve and maintain their support value. Treatment of these soils with hydrated lime will improve their subgrade characteristics to support area paving. Stabilization of limestone is not necessary. Alternatively, in lieu of a lime stabilized subgrade, a flexible base meeting TxDOT Item 247, Type A, Grades 1 or 2 atop a properly compacted and tested subgrade may be utilized on an equal basis placed and compacted per the referenced Report Section 5.2. The option of using a flexible base in lieu of lime stabilizing the subgrade presents a relatively quick, straight forward solution to preparing the subgrade prior to pavement placement, and alleviates sulfate heaving concerns. 4.4.2 Lime Stabilization Lime stabilization is recommended for all subgrade areas with plastic clays. A visual observation of the pavement subgrade should be considered following rough grading to determine specific materials which are present that would benefit from the addition of lime. Prior to lime addition, the subgrade Report No. 110-21-138 6 CMJ ENGINEERING, INC. should be proofrolled with heavy pneumatic equipment. Any soft or pumping areas should be undercut to a firm subgrade and properly backfilled as described Section 5.0. The pavement subgrade, stabilized or unstabilized, should be scarified to a minimum depth of 6 inches and uniformly compacted to a minimum of 95 percent of Standard Proctor density (ASTM D 698), between minus 2 to plus 4 percentage points of the optimum moisture content determined by that test. It should then be protected and maintained in a moist condition until the pavement is placed. The presence of calcareous nodules, ironstone nodules, and limestone fragments in the surficial soils can complicate mixing of the soil and lime. It is recommended a minimum of 8 percent hydrated lime be used to stabilize the clay subgrade soils. The estimated amount of hydrated lime required to stabilize the subgrade should be on the order of 36 pounds per square yard based on a soil dry unit weight of 100 pcf for a 6-inch depth. The hydrated lime should be thoroughly mixed and blended with the upper 6 inches of the clay subgrade (TxDOT Item 260). The hydrated lime should meet the requirements of Item 260 (Type A) in the Texas Department of Transportation (TxDOT) Standard Specifications for Construction of Highways, Streets and Bridges, 2014 Edition. 4.4.2 Subarade Preparation Considerations It is recommended that subgrade stabilization extend to at least one foot beyond pavement edges to aid in reducing pavement movements and cracking along the curb line due to seasonal moisture variations after construction. Each construction area should be shaped to allow drainage of surface water during earthwork operations, and surface water should be pumped immediately from each construction area after each rain and a firm subgrade condition maintained. Water should not be allowed to pond in order to prevent percolation and subgrade softening, and subgrade treatments should be added to the subgrade after removal of all surface vegetation and debris. Sand should be specifically prohibited beneath pavement areas, since these more porous soils can allow water inflow, resulting in heave and strength loss of subgrade soils (lime stabilized soil will be allowed for fine grading). After fine grading each area in preparation for paving, the subgrade surface should be lightly moistened, as needed, and recompacted to obtain a tight non -yielding subgrade. As previously discussed, cuts may expose limestone in select areas. These limestones provide excellent support in an undisturbed condition; however, they are difficult to cut to finished grade and some fill is required. Pulverization and compaction equipment often break down the limestone to a Report No. 110-21-138 7 CMJ ENGINEERING, INC. material that also benefits from stabilization, although large rock fragments hamper conventional mixing procedures. Depending on the required grades, it may be advisable to undercut such areas and place a material suitable for stabilization or to place a lime stabilized clay. This can best be evaluated by an on -site inspection after grading is completed. Surface drainage is critical to the performance of this pavement. Water should be allowed to exit the pavement surface quickly. All pavement construction should be performed in accordance with the procedures provided in Section 4.6. 4.5 Pavement Section At the time of this investigation, site paving plans or vehicle traffic studies were not available. Pavement analyses were performed using methods outlined in the AASHTO Guide for Design of Pavement Structures, 1993 Edition, published by the American Association of State Highway and Transportation Officials. The design equations were solved using AASHTO Pavement Analysis Software. In the AASHTO method, traffic loads are expressed in Equivalent 18-kip Single Axle Loads (ESAL) over the design life of the pavement structure. Based on the results of the field and laboratory investigation, soil plasticity properties, and requirements of the City of Fort Worth Pavement Design Manual, dated January 29, 2015, the following design parameters were used in our thickness design calculations for the proposed roadway. Subgrade Soils Clay Design Life 25 years Initial Serviceability 4.5 (rigid) Terminal Serviceability 2.5 Reliability 90% Overall Deviation 0.39 (rigid) Load Transfer Coefficient 3.0 Drainage Coefficient 1.0 Design CBR (raw subgrade) 3 Design CBR (lime treated) 15 Loss of Support 0 Concrete Modulus of Elasticity 4,000,000 psi Concrete Modulus of Rupture 620 psi Report No. 110-21-138 CMJ ENGINEERING, INC. 8 The following rigid pavement section is provided for a Residential -Urban (high volume) classification per Table 3.1 of the referenced City of Fort Worth design manual. Detailed pavement design calculations and assumptions are presented on Plate B.1. The following pavement sections are suitable for the previously mentioned assumptions. Any deviation from these assumptions should be brought to our attention immediately in order to assess their impact on our recommendations. Table 4.5-1 Pavement Thickness Summary Pavement Section Thickness (in.) 7 6 Material Portland Cement Concrete Lime Stabilized Subgrade or Flexible Base Street Growth Design Life Design Classification Factor (Years) ESAL Residential -Urban (high volume) 0.5% 25 929,570 The above sections are based on an assumed facility classification as discussed above and higher traffic volumes and heavy trucks may require thicker pavement sections. Additional recommendations can be provided after traffic volumes and loads are known. Periodic maintenance should be performed at regular intervals. This maintenance should consist of sealing cracks and timely repair of isolated distressed areas. 4.6 Pavement Material Requirements Material and process specifications developed by the Texas Department of Transportation (TxDOT) have been utilized. These specifications are outlined in the TxDOT Standard Specifications for Construction of Highways. Streets and Bridges. 2014 Edition. Specific construction recommendations for pavements are given below. Reinforced Portland Cement Concrete: Reinforced Portland cement concrete pavement should consist of Portland cement concrete having a 28-day compressive strength of at least 3,600 psi. The mix should be designed in accordance with the ACI Code 318 using 3 to 6 percent air entrainment. The pavement should be adequately reinforced with temperature steel and all construction joints or expansion/contraction joints should be provided with load transfer dowels. The spacing of the joints will depend primarily on the type of steel used and also thickness of the pavement. No. 3 steel rebar spaced at 18 inches on center in both the longitudinal and transverse direction is required for a 6- inch thick pavement, in accordance with the City of Fort Worth Pavement Design Manual, dated January 2015. Report No. 110-21-138 9 CMJ ENGINEERING, INC. Hot Mix Asphaltic Concrete Surface Course: Item 340, Type D, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014 Edition. Hot Mix Asphaltic Concrete Base Course: Item 340, Type A or B, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014 Edition. Lime Stabilized Subarade: Lime treatment for base course (road mix) - Item 260, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014 Edition. Flexible Base: Crushed Stone Flexible Base — Item 247, Type A, Grades 1 or 2, Texas Department of Transportation Standard Specifications for Construction of Maintenance of Highways, Streets, and Bridges, 2014 Edition. 4.7 General Pavement Considerations The design of the pavement drainage and grading should consider the potential for differential ground movement due to future soil swelling of up to 3 inches. In order to minimize rainwater infiltration through the pavement surface, and thereby minimizing future upward movement of the pavement slabs, all cracks and joints in the pavement should be sealed on a routine basis after construction. Reductions in anticipated movements can be achieved by using methods developed in this area to reduce on -grade slab/pavement movements such as water injection, chemical injection, or mechanical reworking of the expansive clays. These methods of treatment are options for the owner's consideration. The options may or may not be practical or economically feasible. The owner should be aware that these methods will not prevent movement of soil -supported pavements and can only reduce the magnitude of the movement. Contact CMJ for additional recommendations should such pavement movement reduction measures be desired. Proper surface drainage in the shoulders is also critical to long term performance of the pavement. Water allowed to pond adjacent to the pavement will result in loss of edge and subgrade support and an increase in post construction heave of the pavement. Report No. 110-21-138 10 CMJ ENGINEERING, INC. 5.0 EARTHWORK 5.1 Site Preparation The site should be stripped of vegetation, roots, old construction debris, and other organic material. It is estimated that the depth of stripping will be on the order of 6 to 8 inches. The actual stripping depth should be based on field observations with particular attention given to old drainage areas, uneven topography, and excessively wet soils. The stripped areas should be observed to determine if additional excavation is required to remove weak or otherwise objectionable materials that would adversely affect the fill placement or other construction activities. The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be reworked to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. Prior to fill placement, the subgrade should be scarified to a minimum depth of 6 inches, its moisture content adjusted, and recompacted to the moisture and density recommended for fill. 5.2 Placement and Compaction, General Fill Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand - operated power compactors or small self-propelled compactors. The fill material should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. The on -site soils are suitable for use in general site grading. Imported fill material should be clean soil with a Liquid Limit less than 60 and no rock greater than 4 inches in maximum dimension. Excavated on -site limestone may be used for fill provided the material is crushed such that 50 percent passes the No. 4 sieve and no particles are larger than 4 inches in maximum dimension. As the in -situ limestones are generally moderately hard to very hard, significant processing of the Report No. 110-21-138 11 CMJ ENGINEERING, INC. limestone should be anticipated in order to utilize as fill. All fill materials should be free of vegetation and debris. All fill materials should be free of vegetation and debris. The fill material should be compacted to a minimum of 95 percent of the maximum dry density determined by the Standard Proctor test, ASTM D 698. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. The moisture content for general earth fill should range from 2 percentage points below optimum to 5 percentage points above optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges. For some soils and under some conditions, the contractor may have to maintain a more narrow range of moisture content (within the recommended range) in order to consistently achieve the recommended density. Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. 5.3 Trench Backfill Trench backfill for pipelines or other utilities should be properly placed and compacted. Overly dense or dry backfill can swell and create a mound along the completed trench line. Loose or wet backfill can settle and form a depression along the completed trench line. Distress to overlying structures, pavements, etc. is likely if heaving or settlement occurs. On -site soil fill material is recommended for trench backfill. Care should be taken not to use free draining granular material, to prevent the backfilled trench from becoming a french drain and piping surface or subsurface water beneath structures, pipelines, or pavements. If a higher class bedding material is required for the pipelines, a lean concrete bedding will limit water intrusion into the trench and will not require compaction after Report No. 110-21-138 12 CMJ ENGINEERING, INC. placement. The soil backfill should be placed in approximately 4- to 6-inch loose lifts. The density and moisture content should be as recommended for fill in Section 5.2, Placement and Compaction, of this report. A minimum of one field density test should be taken per lift for each 150 linear feet of trench, with a minimum of 2 tests per lift. 5.4 Excavations Based on the exploration borings, major excavations will encounter limestone in major intact units. This limestone is generally moderately hard and will require heavy duty specialized equipment for excavation. In addition, overexcavation should be anticipated within the limestones. Overexcavation may result from large blocks or chunks breaking along either weathered or clay seams beyond the planned excavation. Seasonal water seeps can occur where the tan limestones are approached or exposed by cuts. Subsoil drains may be required in some areas to intercept this seepage. This can be evaluated after grading has been performed. The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss of end bearing or lateral support. Temporary construction slopes and/or permanent embankment slopes should be protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. Trench safety recommendations are beyond the scope of this report. The contractor must comply with all applicable safety regulations concerning trench safety and excavations including, but not limited to, OSHA regulations. 5.5 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with Report No. 110-21-138 13 CMJ ENGINEERING, INC. permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. 6.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. However, quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and pavement installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condition, and other such subsurface related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. 7.0 REPORT CLOSURE The borings for this study were selected by CMJ Engineering, Inc. The locations and elevations of the borings should be considered accurate only to the degree implied by the methods used in their determination. The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the borings. The results of these tests, along with Report No. 110-21-138 14 CMJ ENGINEERING, INC. visual -manual procedures were used to generally classify each stratum. Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of classifications for those portions of each stratum on which the full range of laboratory soil classification tests were not performed. It is not implied that these logs are representative of subsurface conditions at other locations and times. With regard to ground water conditions, this report presents data on ground water levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the ground -water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Report No. 110-21-138 15 CMJ ENGINEERING, INC. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. This report has been prepared for the exclusive use of Baird, Hampton & Brown, Inc. for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. Report No. 110-21-138 16 CMJ ENGINEERING, INC. Solutions\drawing B-1 MUSTANGRANC ORH AD° McPHERSO1OULEVARD B-54_ B-4 Al B-3 LEGEND: Boring Location 0 150 300 FEET APPROXIMATE SCALE SOURCE: GOOGLE EARTH, 2021; IMAGERY DATE: 11/15/2020 PLAN OF BORINGS Mustang Ranch Road & Vista Grande Boulevard Fort Worth, Texas 0 OCMJENGINEERING. INC, CMJ Project No. 110-21-138 Major Divisions Grp. Sym. Typical Names Laboratory Classification Criteria m N .0 m a) .( 0 z c (0 a) 0) a3 O a3 E (1) 0 (0 c (0 O E a) a) N 0 Z as O a) E u) c a)c7 `• m E 0 t (o N u) a) ( c c > O a fB O .0 N O) c 2.(0 C O 4- (D ca) g? • a3 '7)U To O > U o O f0 i Z m c 0) in c- '-� o GM co `1) C6 - -- o .� O co Q s- o O_ C 2 Q E GC as c O 0) .0 • N co a) i .0 • o co • U (0 • 0Z co as c • (1) (0 E o (') 2 T a3 U c a3 in c co c (o 0) Gr Clean sands Sands with fines u7 c (0 co 0) a) E 0 0 J (Little or no fines) SW Well -graded gravels, gravel- GW sand mixtures, little or no fines Poorly graded gravels, gravel GP sand mixtures, little or no fines Silty gravels, gravel -sand -silt mixtures Clayey gravels, gravel -sand - clay mixtures Well -graded sands, gravelly sands, little or no fines Poorly graded sands; SP gravelly sands, little or no fines 0 o SM E a) a) .) SC ML CL 0) (0 0 0) 0 c .( 0) tin (0 0 0) N 0) U • 0) N U) QO U C L.,.L• Z O) c E O d m To • c Cco m C tl) (6 0) • c (c O 0 N � Silty sands, sand -silt m a N Q mixtures Clayey sands, sand -clay mixtures Inorganic silts and very fine sands, rock flour, silty or clayey fine sands, or clayey silts with slight plasticity Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, and lean clays a) a) m N o U 6C 5C OL Organic silts and organic silty 4C clays of low plasticity 0 T 3C Inorganic silts, micaceous or MH diatomaceous fine sandy or silty soils, elastic silts a CH OH Inorganic clays of high plasticity, fat clays Organic clays of medium to high plasticity, organic silts Pt Peat and other highly organic soils 9C 1C 7 0 0 — c C U U L Q r 0 as • co a 2 C = D6 0-- greater than 4: C (D 3)0 D DxD 0 10 60 between 1 and 3 Not meeting all gradation requirements for GW Liquid and Plastic limits below "A" line or P.I. greater than 4 Liquid and Plastic limits above "A" line with P.I. greater than 7 Liquid and plastic limits plotting in hatched zone between 4 and 7 are borderline cases requiring use of dual symbols 30 2 C =D6o greater than 6: C = (D between 1 and 3 Not meeting all gradation requirements for SW Liquid and Plastic limits below "A" line or P.I. less than 4 Liquid and Plastic limits above "A" line with P.I. greater than 7 CL ML , ML a id OL 1 10 20 30 40 50 60 Liquid Limit Plasticity Chart Liquid and plastic limits plotting between 4 and 7 are borderline cases requiring use of dual symbols 70 80 90 100 UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2 SOIL OR ROCK TYPES 411. law arr, GRAVEL • 41111. OD ••••SAND • • •• SILT HIGHLY PLASTIC CLAY LEAN CLAY . • •••SANDY • SILTY CLAYEY LIMESTONE SHALE _S. \NDSTONE CONGLOMERATE Shelby Tube Auger Split Spoon TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50% Passing No. 200 Sieve) Descriptive Item Penetrometer Reading, (tsf) Soft Firm Stiff Very Stiff Hard Coarse Grained Soils (More Penetration Resistance (blows/foot) 0 to 4 4 to 10 10 to 30 30 to 50 Over 50 Soil Structure Calcareous Slickensided Laminated Fissured Interbedded 0.0 to 1.0 1.0 to 1.5 1.5 to 3.0 3.0 to 4.5 4.5+ than 50% Retained on No. 200 Sieve) Descriptive Item Relative Density Very Loose Loose Medium Dense Dense Very Dense 0 to 20% 20 to 40% 40 to 70% 70 to 90% 90 to 100% Rock Core Cone No Pen Recovery Contains appreciable deposits of calcium carbonate; generally nodular Having inclined planes of weakness that are slick and glossy in appearance Composed of thin layers of varying color or texture Containing cracks, sometimes filled with fine sand or silt Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Soft Moderately Hard Hard Very Hard Poorly Cemented or Friable Cemented Degree of Weathering Unweathered Slightly Weathered Weathered Extremely Weathered Can be remolded in hand; corresponds in consistency up to very stiff in soils Can be scratched with fingernail Can be scratched easily with knife; cannot be scratched with fingernail Difficult to scratch with knife Cannot be scratched with knife Easily crumbled Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials. Rock in its natural state before being exposed to atmospheric agents Noted predominantly by color change with no disintegrated zones Complete color change with zones of slightly decomposed rock Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 OG OF BORING 110-21-138.GPJ CMJ.GDT 12/14/21 Project No. 110-21-138 Location Boring No. B-1 See Plate A.1 Completion Completion Depth 10.0. Date 10-20-21 Surface Elevation Q a) 0 Project Mustang Ranch Road & Vista Grande Boulevard Fort Worth, TX Water Observations Dry during drilling; dry at completion Type B-47 w/ CFA Stratum Description LIMESTONE, tan, fractured LIMESTONE, tan, w/ clay seams, moderately hard — 5 — to hard — 10 - 1' thick clay layer at 8' LOG OF BORING NO. B-1 0 0 C) N oD Z LL N CA cc o 3 LL N > 0 (D a' a ) 100/2" -00/1.625" Ci E J J U a7 E d CMJ ENGINEERING INC 4 ALL 0 PLATE A.4 OG OF BORING 110-21-138.GPJ CMJ.GDT 12/14/21 Project No. 110-21-138 Location Boring No. B-2 See Plate A.1 Completion Completion Depth 10.0. Date 10-20-21 Surface Elevation Q 0 o 0 - O. E E � f6 co Project Mustang Ranch Road & Vista Grande Boulevard Fort Worth, TX Water Observations Dry during drilling; dry at completion Type B-47 w/ CFA Stratum Description CLAY, brown, reddish brown, and light reddish brown, w/ limestone fragments, iron stains, ironstone nodules, and calcareous nodules, very stiff to hard LIMESTONE, tan, w/ clay seams, moderately hard to hard LOG OF BORING NO. B-2 LL N LL o (D Cn t E mCLH 4.25 4.5+ 4.5+ 4.5+ 100/2.25' 100/1.25( 0 aE J J U N E d 72 25 51 19 CMJ ENGINEERING INC O LL O � C E _cf,u O C �U z > >Ua 47 28 17 104 9390 32 11 96 10 PLATE A.5 OG OF BORING 110-21-138.GPJ CMJ.GDT 12/14/21 Project No. 110-21-138 Location Boring No. B-3 See Plate A.1 Completion Completion Depth 10.0. Date 10-20-21 Surface Elevation Q a) 0 o 0 - O. E E in Project Mustang Ranch Road & Vista Grande Boulevard Fort Worth, TX Water Observations Dry during drilling; dry at completion Type B-47 w/ CFA Stratum Description CLAY, dark brown, w/ limestone fragments, iron stains, ironstone nodules, and calcareous nodules, hard LIMESTONE, tan, w/ clay seams and layers, hard LOG OF BORING NO. B-3 0 0 p) N oD Z LL N �o cc o 3 LL• N > 0(D a'o Ct CO Icn 0 0- E J J U a7 E d 4.5+ 59 24 4.5+ 00/1.625a 100/1.25( ENGINEERING INC ALL CMJ > o ▪ 3 m (] d c 20 35 25 13 93 3430 4 PLATE A.6 OG OF BORING 110-21-138.GPJ CMJ.GDT 12/14/21 Project No. 110-21-138 Location Boring No. B-4 See Plate A.1 Completion Completion Depth 10.0. Date 10-20-21 Surface Elevation Q a) o 0 E E in Project Mustang Ranch Road & Vista Grande Boulevard Fort Worth, TX Water Observations Dry during drilling; dry at completion Type B-47 w/ CFA Stratum Description CLAY dark brown, w/ limestone fragments and calcareous nodles, stiff LIMESTONE, tan, weathered, w/ clay seams, moderately hard LIMESTONE, tan, w/ clay seams and layers, hard to very hard r LOG OF BORING NO. B-4 0 0 p) N .D Z LL N CA cc o 3 LL N > 0(D u'� Ct CO 0-a) 0 0- E J J U N E d 1.5 70 26 100/2.75( 100/1" CMJ > U u) a ) co c 44 ENGINEERING INC ALL 0 w 7 � A o 2U CLL 73')Q C u C Q O E C cUa 27 78 1670 5 PLATE A.7 OG OF BORING 110-21-138.GPJ CMJ.GDT 12/14/21 Project No. 110-21-138 Location Boring No. B-5 See Plate A.1 Completion Completion Depth 10.0. Date 10-20-21 Surface Elevation Q a) 0 o 0 E E co Project Mustang Ranch Road & Vista Grande Boulevard Fort Worth, TX Water Observations Dry during drilling; dry at completion Type B-47 w/ CFA Stratum Description CLAY, dark brown, w/ calcareous nodules, stiff LIMESTONE, tan, fractured, w/ clay seams and layers, moderately hard to hard LIMESTONE, tan, w/ clay seams and layers, very hard - 8" thick clay layer at 7' LOG OF BORING NO. B-5 0 0 p) N oD Z LL N tTo cc o 3 LL N > ocpC• D a'(1) 0 0- E J J U N E d 2.5 68 25 100/2" 00/0.625'1 CMJ ENGINEERING INC 4 ALL 0 PLATE A.8 FREE SWELL TEST RESULTS Project: Mustang Ranch Road & Vista Grande Boulevard Fort Worth, Texas Project No.: 110-21-138 Boring No. B-2 Depth Interval (ft.) 2-3 Sample Description Clay Liquid Limit Plastic Limit Plasticity Index Moisture Content % LL 51 PL 19 PI 32 Initial 10.6 Final 26.7 Free swell tests performed at approximate overburden pressure Percent Swell (%) 2.6 CMJ ENGINEERING, INC. PLATE A.9 LIME SERIES TEST RESULTS Project: Mustang Ranch Road & Vista Grande Boulevard Fort Worth, Texas Project No.: 110-21-138 Boring No.: B - 2 Material: Clay Percent Lime Depth: 0' to 1' pH 0 8.07 2 11.95 4 12.32 6 12.42 8 12.48 10 12.50 CMJ ENGINEERING, INC. PLATE A.10 SOLUBLE SULFATE TEST RESULTS Project: Mustang Ranch Road & Vista Grande Boulevard Fort Worth, Texas Project No.: 110-21-138 Boring Depth Material Soluble No. (ft.) Sulfates (ppm) B — 2 0 — 1 Clay 1,080 B — 3 0 — 1 Clay <100 B — 5 0 — 1 Clay 1,380 Note: Test Method TxDOT Tex 145-E. CMJ ENGINEERING, INC. PLATE A.11 W i n PAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Project Name: Mustang Ranch Rd & Vista Grande Blvd Route: Location: Fort Worth, TX Owner/Agency: Design Engineer: Rigid Pavement Design/Evaluation Concrete Thickness Total Rigid ESALs Reliability Overall Standard Deviation Flexural Strength Modulus of Elasticity 6.59 inches 929,570 90.00 percent 0.39 620 psi 4,000,000 psi Load Transfer Coefficient Modulus of Subgrade Reaction Drainage Coefficient Initial Serviceability Terminal Serviceability Modulus of Subarade Reaction (k-value) Determination Resilient Modulus of the Subgrade Unadjusted Modulus of Subgrade Reaction Depth to Rigid Foundation Loss of Support Value (0,1,2,3) Modulus of Subgrade Reaction 4,118.2 psi 210 psi/in 0.00 feet 0.0 210 psi/in. 3.00 210 psi/in. 1.00 4.50 2.50 Tuesday, December 14, 2021 5:41:32PM Engineer: PLATE B.1 FORT WORTH... CITY OF FORT WORTH TRANSPORTATION & PUBLIC WORKS DEPARTMENT STORMWATER MANAGEMENT DIVISION STANDARD PRODUCT LIST PAGE 1 OF 3 Updated: 03/19/2021 Approval Spec No. Classsification Manufacturer Model No. National Spec Size j Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 03/19/2021) 9/28/2018 33 05 13 Manhole Frames and Covers 9/28/2018 33 05 13 Manhole Cover 9/28/2018 33 05 13 Manhole Frames and Covers 9/28/2018 33 05 13 Manhole Frame 9/28/2018 33 05 13 Manhole Frames and Covers 4/3/2019 33 05 13 Manhole Frames and Covers 4/3/2019 33 05 13 Manhole Frames and Covers 10/8/2020 33 05 13 Manhole Frames and Covers AccuCast (Govind Steel Company, LTD) MHRC #220605 ASTM A48 AASHTO M306 **24" Dia Neenah Foundry NF-1274-T91 ASTM A48 AASHTO M306 32" Dia Neenah Foundry NF-1743-LM (Hinged) ASTM A48 AASHTO M306 32" Dia Neenah Foundry NF-1930-30 ASTM A48 AASHTO M306 32.25" Dia Neenah Foundry R-1743-HV ASTM A48 AASHTO M306 32" Dia SIP Industries ++ 2279ST ASTM A48 AASHTO M306 **24" Dia SIP Industries ++ 2280ST ASTM A48 AASHTO M306 32" Dia EJ ( Formally East Jordan Iron Works) EJ1033 Z2/A ASTM A536 AASHTO M306 32.25" Dia **Note: All new development and new installation mahnole lids shall meet the minimum 30-inch opening requirement as specified in City Specification 33 05 13. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers. * From Original Standard Products List FORT WORTH.. CITY OF FORT WORTH TRANSPORTATION & PUBLIC WORKS DEPARTMENT STORMWATER MANAGEMENT DIVISION STANDARD PRODUCT LIST PAGE 2 OF 3 Updated: 10/13/21 Approval Spec No. Classsification Manufacturer Model No. National Spec Size Storm Sewer - Inlet & Structures 33-05-13 Rev 10/13/2021 10/08/20 33 49 20 10/08/20 33 49 20 10/08/20 33 49 20 10/08/20 33 49 20 Curb Inlets Curb Inlets Curb Inlets Curb Inlets 10/08/20 33 39 20 Manhole 10/08/20 33 39 20 Manhole 10/08/20 33 39 20 Manhole 10/08/20 33 39 20 Manhole 10/08/20 33 39 20 Manhole 10/08/20 33 39 20 Manhole Forterrra Forterrra Forterrra Forterrra FRT-10x3 -405-PRECAST * * FRT-10x3 -406-PRECAST * * FRT-10x4.5-407-PRECAST* * FRT-10x4.5-420-PRECAST* Forterrra FRT-4X4-409-PRECAST-TOP Forterrra FRT-4X4-409-PRECAST-BASE Forterrra FRT-5X5-410-PRECAST-TOP Forterrra FRT-5X5-410-PRECAST-BASE Forterrra FRT-6X6-411-PRECAST-TOP Forterrra FRT-6X6-411-PRECAST-BASE 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group 3/19/2021 33 39 20 Manhole Thompson Pipe Group 3/19/2021 33 39 20 Manhole Thompson Pipe Group 3/19/2021 33 39 20 Manhole Thompson Pipe Group 3/19/2021 33 39 20 Manhole Thompson Pipe Group 3/19/2021 33 39 20 Manhole Thompson Pipe Group 3/19/2021 33 39 20 Manhole Thompson Pipe Group 3/19/2021 33 39 20 Manhole Thompson Pipe Group 3/19/2021 33 39 20 Manhole Thompson Pipe Group 3/19/2021 33 39 20 Manhole Thompson Pipe Group 3/19/2021 33 39 20 Manhole Thompson Pipe Group 3/19/2021 33 39 20 Manhole Thompson Pipe Group 3/19/2021 33 39 20 Manhole Thompson Pipe Group 3/19/2021 33 39 20 Manhole Thompson Pipe Group 3/19/2021 33 39 20 Manhole Thompson Pipe Group 3/19/2021 33 39 20 Manhole Thompson Pipe Group 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-10X3-405-PRECAST INLET** TPG-15X3-405-PRECAST INLET** TPG-20X3-405-PRECAST INLET** TPG-4X4-409-PRECAST TOP TPG-4X4-409-PRECAST BASE TPG-4X4-412-PRECAST 4-FT RISER TPG-5X5-410-PRECAST TOP TPG-5X5-410-PRECAST BASE TPG-5X5-412-PRECAST 5-FT RISER TPG-6X6-411-PRECAST TOP TPG-6X6-411-PRECAST BASE TPG-6X6-412-PRECAST 6-FT RISER TPG-7X7-411-PRECAST TOP TPG-7X7-411-PRECAST BASE TPG-7X7-412-PRECAST 4-FT RISER TPG-8X8-411-PRECAST TOP TPG-8X8-411-PRECAST BASE TPG-8X8-412-PRECAST 5-FT RISER TPG-4X4-408-PRECAST INLET TPG-5X5-408-PRECAST INLET TPG-6X6-408-PRECAST INLET ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 **Note: Pre -cast inlets are appoved for the stage I portion of the structure (basin) only. Stage II portion of the structure are required to required to be cast in -place. No exceptions to this requirement shall be allowed. 10'X3' 10'X3' 10' X 4.5' 10' X 4.5' 4' X 4' 4' X 4' 5' X 5' 5' X 5' 6'X6' 6'X6' 10'X3' 15' x 3' 20' x 3' 4' X 4' 4' X 4' 4' X 4' 5' X 5' 5' X 5' 5' X 5' 6'X6' 6'X6' 6' X 6' 7' X 7' 7'X7' 7' X 7' 8' X 8' 8' X 8' 8' X 8' 4' X 4' 5' X 5' 6' X 6' * From Original Standard Products List FORT WORTH,. CITY OF FORT WORTH TRANSPORTATION & PUBLIC WORKS DEPARTMENT STORMWATER MANAGEMENT DIVISION STANDARD PRODUCT LIST PAGE 3 OF 3 Updated: 04/14/21 Approval Spec No. Classsification Manufacturer Model No. National Spec Storm Sewer - Pipes 33-05-13 (Rev 03/19/21) 4/9/2021 33 41 13 Storm Drain Pipes Advanced Drainage Systems, Inc. (ADS) ADS HP Storm Polypropylene (PP) Pipe ASTM F2881 & AASHTO M330 12"-60" FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/29/2022 Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Approval Spec No. 'on Manufacturer Model No. National Spec Size 07/23/97 04/26/00 04/26/00 1/26/99 5/13/05 Water & Sewer - Manholes & Bases/Comnonents 33-39-10 (Rev 2/3/16) 33 05 13 33 05 13 33 05 13 33 05 13 33 05 13 Urethane Hydrophilic Watcrstop Offset Joint for 4' Diam. MH Profile Gasket for 4' Diam. MH. HDPE Manhole Adjustment Rings Manhole External Wrap Asahi Kogyo K.K. Hanson Concrete Products Press -Seal Gasket Corp. Ladtech, Inc Canusa - CPS er - Manholes & Bases/Fiberglass 33-39-13 (1/8/13 1/26/99 33 39 13 Fiberglass Manhole 08/30/06 33 39 13 Fiberglass Manhole 08/24/18 08/24/18 08/24/18 08/24/18 10/31/06 7/25/03 01/31/06 11/02/10 07/19/11 08/10/11 Water & Sewer - Manholes & Bases/Frames & 33 05 13 'Manhole Frames and Covers Water & Sewer.- Manholes & Bases/Frames & 33 05 13 Manhole Frames and Covers 33 05 13 Manhole Frames and Covers 33 05 13 33 05 13 33 05 13 33 05 13 33 05 13 33 05 13 33 05 13 33 05 13 33 05 13 33 05 13 33 05 13 33 05 13 33 05 13 33 05 13 Manhole Frames and Covers Manhole Frames and Covers Manhole Frames and Covers Manhole Frames and Covers Manhole Frames and Covers Manhole Frames and Covers Manhole Frames and Covers Manhole Frames and Covers Manhole Frames and Covers (Hinged) Manhole Frames and Covers 30" Dia. MH Ring and Cover 30" Dia. MH Ring and Cover 30" Dia. MH Ring and Cover 30" Dia. MH Ring and Cover 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) 06/01/17 34 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI 09/16/19 10/07/21 03/08/00 04/20/01 33 05 13 34 05 13 30" Dia. MH Ring and Cover 30" Dia. MH Ring and Cover Fluid Containment, Inc. L.F. Manufacturing 1 Adeka Ultra -Seal P-201 Drawing No. 35-0048-001 250-4G Gasket HDPE Adjustment Ring WrapidSeal Manhole Encapsulation System Covers/Rectangular 33-05-13 (Rev 2/3/16) Western Iron Works, Bass & Hays Foundry f Flowtite 1001 Covers/Standard (Round) 33-05-13 (Rev 2/3/16) Western Iron Works, Bass & Hays Foundry 30024 McKinley Iron Works Inc. A 24 AM Neenah Foundry R-1272 Neenah Foundry R- 165-LM (Hinged) Neenah Foundry NF 1274 Neenah Foundry R-1743-LM (Hinged) Sigma Corporation MH-144N Sigma Corporation MH-143N Pont-A-Mousson GTS-STD Neenah Casting Powerseal Hinged Ductile Iron Manhole Saint-Gobain Pipelines (Pamrex/rexus) RE32-REFS East Jordan Iron Works V1432-2 and V1483 Designs Sigma Corporation MH1651FWN & MH16502 Star Pipe Products MH32FTWSS-DC Accucast 220700 Heavy Duty with Gasket Ring 30" ERGO XL Assembly East Jordan Iron Works with Cam Lock/MPIC/T-Gasket SIP Industries 2280 (32") CAP-ONE-30-FTW, Composite, w/ Lock Composite Access Products, L.P. w/o Hing Trumbull Manufacturing 32"(30") Frame and Cover Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/1Z1 33 05 13 3305 13 3305 13 330513 33 05 13 33 05 13 Manhole Frames and Covers Manhole Frames and Covers Manhole Frames and Covers Manhole Frames and Covers Manhole Frames and Covers Manhole Frames and Covers Pont-A-Mousson Neenah Casting Westem Iron Works,Bass & Hays Foundry McKinley Iron Works Inc. Accucast (SIP)Serampore Industries Private Ltd. Water & Sewer - Manholes & Bases/Precast Concrete (2ev 1/8/13 33 39 10 Manhole, Precast Concrete 33 39 10 Manhole, Precast Concrete 09/23/96 33 39 10 Manhole, Precast Concrete 05/08/18 33 39 10 Manhole, Precast Concrete 10/27/06 33 39 10 Manhole, Precast Concrete 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete 09/06/19 33 39 20 Manhole, Precast Concrete 10/07/21 32 39 20 Manhole, Precast Concrete 10/07/21 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete 10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Hydro Conduit Corp Wall Concrete Pipe Co. Inc. Concrete Product Inc. The Turner Company Oldcastle Precast Inc. US Composite Pipe Forterra Pipe and Precast Forterra Pipe and Precast Armorock Predl Systems Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitiou El-14 Manhole Rehab Systems 0uadex 04/23/01 EI-14 Manhole Rehab Systems Standard Cement Materials, Inc. E1-14 Manhole Rehab Systems AP/M Permaform 4/20/01 E1-14 Manhole Rehab System Strong Company 5/12/03 E1-14 Manhole Rehab System (Liner) Poly -triplex Technologies 08/30/06 General Concrete Repair FlexKrete Technologies 05/20/96 12/14/01 01/31/06 8/28/2006 08/30/06 aW ter & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious EI-14 Manhole Rehab Systems EI-14 Manhole Rehab Systems Coating for Corrosion protection(Exterior) Coatings for Corrosion Protection Coatings for Corrosion Protection Coatings for Corrosion Protection 33 05 16, 33 39 10, 03/19/18 33 39 20 Coating for Corrosion protection(Exterior) Sprayrou, Sun Coast ERTECH Chesterton Warren Environmental Citadel Sherwin Williams Pamtight 300-24P WPA24AM RC-2100 300-24-23.75 Ring and Cover SPL Item #49 48" I.D. Manhole w/ 32" Cone 48", 60" I.D. Manhole w/ 32" Cone 48" I.D. Manhole w/ 24" Cone Reinforced Polymer Concrete 60" & 72" I.D. Manhole w/32" Cone 48" I.D. Manhole w/32" Cone 48" & 60" I.D. Manhole w/32" Cone 48" & 60" I.D. Manhole w/32" Cone Refiner MSP Strong Seal MS2A Rehab System MH repair product to stop infiltration Vinyl Polyester Repair Product Spray Wall Polyurethane Coating Series 20230 and 2100 (Asphatic Emulsion) Arc 791, SIHB, 51, S2 S-301 and M-301 SLS-30 Solids Epoxy RR&C Dampproofing Non-liibered Spray Grade (Asphatic Emulsion) ASTM D2240/D412/D792 ASTM C-443/C-361 ASTM 3753 ASTM A48 & AASHTO M306 ASTM A48 & AASHTO M306 ASTM A48 & AASHTO M306 ASTM A48 & AASHTO M306 ASTM A536 AASHTO M306-04 ASSHTO M105 & ASTM A536 ASTM A 48 ASTM A 48 ASTM A 48 ASTM C 478 ASTM C-443 ASTM C 478 ASTM C 478 ASTM C 478 ASTM C-76 ASTM C-76 ASTM C-77 ASTM D5813 ASTM D639/D790 Acid Resistance Test SS MH Traffic and Non -traffic area Non -traffic area Non -traffic area 2424"x- 24" Dia. 24" Dia. 24" Dia. 24" Dia. 30" Dia. 30" dia. 24" dia. 24" dia. 24" Dia. 30" Dia. 30" Dia. 30" Dia 30" Dia 30" Dia 30" Dia 30" Dia. 30" Dia. 30" Dia. 24" Dia. 24" Dia. 24" Dia. 24" Dia. 24" Dia. 24" Dia. 48" 48" 48" w/32" cone 48", 60" 48" Diam w 24" Ring 48" to 72" 60" & 72" 48" 48" & 60" 48" & 60" Non Traffic Arms Misc. Use For Exterior Coating of Concrete Structures Only Sewer Applications Sewer Applications Sewer Applications For Exterior Coaling of Concrete Structures Only * From Original Standard Products List 1 FORT WORTH., CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/29/2022 Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Approval Spec No. .- 'on Manufacturer Model No. National Spec Size Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/161 33 05 13 Manhole Insert 33 05 13 Manhole Insert * 33 05 13 Manhole Insert 09/23/96 33 05 13 Manhole Insert 09/23/96 33 05 13 Manhole Insert Knutson Enterprises South Westem Packaging Noflow-Inflow Southwestem Packing & Seals, Inc. Southwestem Packing & Seals, Inc. Made to Order - Plastic Made to Order - Plastic Made to Order - Plastic LifeSaver - Stainless Steel TetherLok - Stainless Steel ASTM D 1248 ASTM D 1248 ASTM D 1248 For 24" dia. For 24" dia. For 24" dia. For 24" dia. For 24" dig Water & Sewer - Pine Casing Snacers 33-05-24 (07/01/ 11/04/02 Steel Band Casing Spaccrs 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) FB-12 Casing Spacer (Coated Carbon Steel) for Nonjeressure Pipe and Grouted Casing 03/19/18 Casing Spacers BWM 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 Water & Sewer - Pines/Ductile Iron 33-11-10(1/8/131 * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. Super Bell -The Ductile Iron Pressure Pipe, American Fastite Pipe (Bell Spigot) American Flex Ring (Restrained Joint) Water & Sewer - Utility Line Marker (08/24/20181 Sewer - Coatin 1s/Euoxv 33-39-60 (01/08/131 02n5/02 Epoxy Lining System 12/14/01 Epoxy Lining System 04/14/05 Interior Ductile Iron Pipe Coating 01/31/06 Coatings for Corrosion Protection 8/28/2006 Coatings for Corrosion Protection 05/25/18 Sewer - Coatines/Polvurethane Sewer - Combinatio 33-31-70 Air Release Valve Sewer - Pipes/Concrete EI-04 Conc. Pipe, Reinforced * EI-04 Conc. Pipe, Reinforced * EI-04 Conc. Pipe, Reinforced * EI-04 Conc. Pipe, Reinforced Sauereisen, Inc SewerGard 210RS Ertech Technical Coatings Ertech 2030 and 2100 Series Induron Protecto 401 Chesterton Arc 791, SIHB, SI, S2 Warren Environmental 5-301 and M-301 A.R.I. USA, Inc. Wall Concrete Pipe Co. Inc. Hydro Conduit Corporation Hanson Concrete Products Concrete Pipe & Products Co. Inc. D025LTP02(Composite Body) Class III T&G, SPL Item #77 SPL Item #95 Manhole, 1198 Pipc AWWA C150, C151 AWWA C150, C151 AWWA C150, C151 AWWA C150, C151 AWWA C150, C151 LA County #210-1.33 3" thm 24" 4" thru 30" 4" thre 30" ASTM B-117 Ductile Iron Pipe Only Acid Resistance Test Sewer Applications Sewer Applications ASTM C 76 ASTM C 76 ASTM C 76 ASTM C 76 Sewer - Pine Enlarament System (Method133-31-23 (01/18/131 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- Pine/Fibernlass Reinforced Pine 33-31-13(1/8 7/21/97 F 33 31 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. 03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron 04/09/21 Glass -Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group 4/14/05 Polymer Modified Concrete Pipe Amitech USA 06/09/10 EI-9 Reinforced Polymer Concrete Pipe US Composite Pipe 12/02/11 10/22/14 Sewer - PinesIHDPE 33-31-23(1/8/131 High -density polyethylene pipe High -density polyethylene pipe High -density polyethylene pipe High -density polyethylene pipe Sewer - Pines/PVC (Pressure Sewer) 33-11-12 (4/1/13) 33-11-12 DR-14 PVC Pressure Pipc 33-11-12 DR-14 PVC Pressure Pipe Hobas Pipe (Non -Pressure) Bondstrand RPMP Pipe Thompson Pipe (Flowtite) Meyer Polycrete Pipe Reinforced Polymer Concrete Pipe ASTM D3262/D3754 ASTM D3262/D3754 ASTM D3262/D3754 ASTM C33, A276, F477 ASTM C-76 8" to 102", Class V Phillips Driscopipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" Plexco Inc. ASTM D 1248 8" Polly Pipe, Inc. ASTM D 1248 8" CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" Ihm 12" Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thm 12" * From Original Standard Products List 2 FORT WORTH., CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/29/2022 Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Approval Spec No. 'on Sewer - Pines/P C - -21 (7/1/13) 12/23/97* 01/18/18 11/11/98 09/11/12 05/06/05 04/27/06 3/19/2018 3/19/2018 3/29/2019 10/21/2020 10/22/2020 10/21/2020 33-31-20 PVC Sewer Poe 33-31-20 33-31-20 33-31-20 33-31-20 33-31-20 33-31-20 33-31-20 33-31-20 33-31-20 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 PVC Sewer Pipe PVC Sewer Pipe PVC Sewer Pipe PVC Sewer Pipe PVC Sewer Pipe PVC Sewer PRr PVC Solid Wall Pipe PVC Sewer Fittings PVC Sewer Fittings PVC Sewer Pipe PVC Sewer Pyre Gasketed Fittings (PVC) PVC Sewer Pipe PVC Sewer Pipe PVC Sewer Pipe Manufacturer J-M Manufacturing Co., Inc. (JM Eagle) Diamond Piastres Corporation Lamson Vylon Pipe Vinyltech PVC Pipe Diamond Piastres Corporation J-M Manufacturing Co, Inc. (JM Eagle) Ptq life Jet Stream Diamond Plastics Corporation Harco Plastic Trends, Inc.(Westlake) Proelife Jet Stream Proelife let Stream GPK Products, Inc. NAPCO(Westlake) Sanderson Pipe Corp. NAPCO(Westlake) Model No. SDR-26 SDR-26 Gravity Sewer "S" Gravity Sewer Pipe SDR 26/35 PS 115/46 SDR-26 and SDR-35 SDR 26/35 PS 115/46 SDR-26 and SDR-35 Gasket Fittings Gasketed PVC Sewer Main Fittings SDR 35 SDR26 SDR 26 SDR 26 SDR 26 SDR 26/35 PS 115/46 National Spec ASTM D 3034 ASTM D 3034 ASTM F 789 ASTM D3034 ASTM F 679 ASTM F 679 ASTM F-679 ASTM F-679 ASTM D-3034, D-1784, etc ASTM D 3034 ASTM F679 ASTM D3034 ASTM D3034/F-679 ASTM D3034 ASTM D3034 ASTM F-679 Size 4" - 15" 4" thru 15" 4" thru 15" 4" thru 15" 18" to 27" 18" - 28" 18" 18" to 48" 4" - 15" 18"- 24" 4"- 15" 4"- 15" 4" - 15" 4"- 15" 18"- 36" * 05/03/99 05/29/96 Cured in Place Pare Cured in Place Pipe Cured in Place Pipe Sewer - Pines/Rehab/Fold & Form Fold and Form Pipe 11/03/98 Fold and Form Pipe Fold and Form Proe 12/04/00 Fold and Form Pipe 06/09/03 Fold and Form Pipe Insituform Texark, Inc National Envirotech Group Reynolds Inc/hrlrner Technolgy (Inliner USA) Cullum Pipe Systems, Inc. Insituform Technologies, Inc. American Pipe & Plastics, Inc. Ultraliner Miller Pipeline Corp. National Liner, (SPL) Item #27 Inliner Technology Insituf "NuPlpe" Ultraliner PVC Alloy Pipeliner EX Method ASTM F 1216 ASTM F-1216/D-5813 ASTM F 1216 ASTM F-1504 ASTM F-1504, 1871, 1867 ASTM F-1504, F-1947 Demo. Purpose Only Up to 18" diameter Sewer - Pipes/Open Profile Larne Diameter 09/26/91 E100-2 PVC Sewer Pipe, Ribbed 09/26/91 E100-2 PVC Sewer Proe, Ribbed E100-2 PVC Sewer Pare, Ribbed 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double Wall 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple Wall 05/16/11 Steel Reinforced Polyethylene Pipe Ol/18/18 08/28/02 07/23/12 10/27/87 10/27/87 Lamson Vylon Poe Extrusion Technologies, Inc. Uponor ETI Company Advanced Drainage Systems (ADS) Advanced Drainage Systems (ADS) ConTech Construction Products Carlon Vylon H.C. Closed Profile Pipe, Ultra -Rib Open Profile Sewer Pipe SaniTite HP Double Wall (Corrugated) SanrTde HP Triple Wall Proe Durmaxx Water - AnourenM2-10 (07/0 33-12-10 33-12-10 Double Strap Saddle Double Strap Saddle Double Strap Service Saddle Curb Stops -Ball Meter Valves Curb Stops -Ball Meter Valves 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves 01/26/00 0/5/21/12 33-12-25 03/29/22 05/10/11 02/29/12 02/29/12 02/29/12 05/10/11 08/30/06 Coated Tapping Saddle with Double SS Straps Tapping Sleeve (Coated Steel) 33-12-25 ITapping Sleeve (Coated or Stainless Steel) Tapping Sleeve (Stainless Steel) 33-12-25 Tapping Sleeve (Coated Steel) 33-12-25 Tapping Sleeve (Stainless Steel) 33-12-25 Tapping Sleeve (Stainless Steel) Joint Repair Clamp Plastic Meter Box w/Composite Lid Plastic Meter Box w/Composite Lid Plastic Meter Box w/Composite Lid Concrete Meter Box Concrete Meter Box Concrete Meter Box Water - Bolts. Nuts. and Gaskets 33-11-05 (01/08/131 Romac Smith Blair Mueller Company McDonald McDonald Ford Meter Box Co., Inc. Ford Meter Box Co., Inc. Ford Meter Box Co., Inc. Mueller Co., Ltd. Mueller Co., Ltd. Mueller Co., Ltd. JCM Industries, Inc. JCM Industries, Inc. JCM Industries, Inc. Powerseal Romac Romac Romac Powerseal DFW Plastics Inc. DFW Plastics Inc. DFW Plastics Inc. Bass & Hays Bass & Hays Bass & Hays 202NS Nylon Coated #317 Nylon Coated Double Strap Saddle DR2S Double (SS) Strap DI Saddle 6100M,6100MT & 610MT 4603B, 4604B, 6100M, 6100TM and 6101M FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NL FB600-6-NL, FB1600-6-NL, FV23-666-W- NL, L22-66NL FB600-4-NL, FB1600-4-NL, B11-444-WR- NL, B22444-WR-NL, L28-44NL B-25000N, B-24277N-3, B-20200N-3, H- 15000N„ H-1552N, H142276N B-25000N, B-20200N-3, B-24277N-3,H- 15000N, H-14276N, H-15525N B-25000N, B-20200N-3,H-15000N, 11- 15530N #406 Double Band SS Saddle 412 Tapping Sleeve ESS 415 Tapping Sleeve 3490AS (Flange) & 3490M1 FTS 420 SST Stainless Steel SST III Stainless Steel 3232 Bell Joint Repair Clamp DFW37C-12-1EPAF FTW DFW39C-12-1EPAF FTW DFW65C-14-IEPAF FTW CMB37-B12 1118 LID-9 CMB-18-Dual 1416 LID-9 CMB65-B65 1527 LID-9 ASTM F 679 ASTM F 679 ASTM F 2736 ASTM F 2764 ASTM F 2562 AWWA AWWA C800 AWWA C800 AWWA C800 AWWA C800 AWWA C800, ANSF 61, ANSI/NSF 372 AWWA C800, ANSF 61, ANSI/NSF 372 AWWA C800, ANSF 61, ANSIMSF 372 AWWA C-223 AWWA C-223 AWWA C-223 AWWA C-223 AWWA C-223 18" to 48" 18" to 48" 24"-30" 30" to 60" 24" to 72" 1 "-2" SVC, up to 24" Pipe 1"-2" SVC, up to 24" Pipe 3/4" and 1" 1 %" and 2" 2" 1" I"-2" Taps on up to 12" Up to 30" w/12" Out Concrete Prpe Only 4"-8" and 16" Up to 42" w/24" Out Up to 24" w/12" Out Up to 30" w/12" Out 4" to 30" Class "A" * From Original Standard Products List 3 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/29/2022 Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Approval Spec No. •1 'on Water - Combination Air a ease 33-31-70 (01/08/13) E1-11 Combination Air Release Valve E1-11 E1-11 Combination Air Release Valve Combination Air Release Valve rWater - Dry Barrel Fire Hydrants 33-12-40 (O1/15/141 10/01/87 03/31/88 09/30/87 01/12/93 08/24/88 09/24/87 10/14/87 01/15/88 10/09/87 09/16/87 08/12/16 E-1-12 E-1-12 E-1-12 E-1-12 E-1-12 E-1-12 E-1-12 Dry Barrel Fire Hydrant Dry Barrel Fire Hydrant Dry Barrel Fire Hydrant Dry Barrel Fire Hydrant Dry Barrel Fire Hydrant Dry Barrel Fire Hydrant Dry Barrel Fire Hydrant E-1-12 Dry Barrel Fire Hydrant E1-12 E-1-12 E-1-12 33-12-40 Dry Barrel Fire Hydrant Dry Barrel Fire Hydrant Dry Barrel Fire Hydrant Dry Barrel Fire Hydrant Manufacturer GA Industries, Inc. Multiplex Manufacturing Co. Valve and Primer Corp. American -Darling Valve American Darling Valve Clow Corporation American AVK Company Clow Corporation ITT Kennedy Valve M&H Valve Company Mueller Company Mueller Company U.S. Pipe & Foundry Waterous Company EJ (East Jordan Iron Works) Model No. National Spec Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 240 - float, ASTM A 307 - Cover Bolts Crispin Air and Vacuum Valves, Model No APCO #143C, #145C and #147C Drawing Nos. 90-18608, 94-18560 AWWA C-502 Shop Drawing No. 94-18791 AWWA C-502 Shop Drawing No. D-19895 AWWA C-502 Model 2700 AWWA C-502 Drawings D20435, D20436, B20506 AWWA C-502 Shoo Drawing No. D-80783FW AWWA C-502 Shop Drawing No. 13476 AWWA C-502 Shop Drawings No. 6461 A-423 Centurion AWWA C-502 Shop Drawing FH-12 A-423 Super Centurion 200 AWWA C-502 Shop Drawing No. 960250 AWWA C-502 Shop Drawing No. SK740803 AWWA C-502 WaterMaster 5CD250 Size 1"&2" 1/2" 1"&2" 1" 2"&3" 02/05/93 E 101-5 Detector Check Meter 08/05/04 Magnetic Drive Vertical Turbine Ames Company Hersey Model 1000 Detector Check Valve AWWA C550 Magnetic Drive Vertical AWWA C701, Class 1 Water - Pines/PVC (Pressure Water) 33-31-70 (01/08/13) 01/18/18 3/19/2018 3/19/2018 5/25/2018 5/25/2018 12/6/2018 12/6/2018 9/6/2019 9/6/2019 9/6/2019 9/6/2019 33-11-12 33 11 12 33 11 12 33 11 12 33 11 12 PVC Pressure Pipe PVC Pressure Pipe PVC Pressure Pipe PVC Pressure Pipe PVC Pressure Pipe 33 11 12 PVC Pressure Pipe 33 11 12 PVC Pressure Pipe 33 11 12 33 11 12 33 11 12 33 11 12 PVC Pressure Pipe PVC Pressure Pipe PVC Pressure Pipe PVC Pressure Pipe Vinyltech PVC Pipe Pipelife Jet Stream Pipelife Jet Stream Diamond Plastics Corporation Diamond Plastics Corporation J-M Manufacturing Co., Inc d/b/a JM Eagle J-M Manufacturing Co., Inc d/b/a JM Eagle Underground Solutions Inc. NAPCO(Westlake) NAPCO(Westlake) Sanderson Pipe Corp. Water - Pines/Valves & Fittinos/Duetile Iron Fittings 33-11-11 (01/08/13 07/23/92 EI-07 Ductile Iron Fittings Star Pipe Products, Inc. * EI-07 Ductile Iron Fittings * EI-07 Ductile Iron Fittings 08/11/98 EI-07 Ductile Iron Fittings 02/26/14 EI-07 MI Fittings 05/14/98 EI-07 Ductile Iron Joint Restraints 05/14/98 E1-24 PVC Joint Restraints 11/09/04 E1-07 Ductile Iron Joint Restraints 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) 08/05/04 EI-07 Mechanical Joint Retainer Glands(PVC) 08/10/98 EI-07 MI Fittings(DIP) 10/12/10 EI-24 Interior Restrained Joint System 08/16/06 E1-07 Mechanical Joint Fittings 11/07/16 33-11-11 Mechanical Joint Retainer Glands 11/07/16 33-11-11 Mechanical Joint Retainer Glands 03/19/18 33-11-11 Mechanical Joint Retainer Glands 03/19/18 33-11-11 Mechanical Joint Retainer Glands 03/19/18 33-11-11 Mechanical Joint Retainer Glands Griffin Pipe Products, Co. McWane/Tyler Pipe/ Union Utilities Division Sigma, Co. Accucast Ford Meter Box Co./Uni-Flange Ford Meter Box Co./Uni-Flange One Bolt, Inc. EBAA Iron, Inc. EBAA Iron, Inc. Sigma, Co. Sigma, Co. Sigma, Co. Sigma, Co. S & B Techncial Products SIP Industries(Serampore) Star Pipe Products, Inc. Star Pipe Products, Inc. SIP Industries(Serampore) SIP Industries(Serampore) SIP Industries(Serampore) DR14 DR14 DR18 DR 14 DR 18 DR 14 DR 18 DR14 Fusible PVC DR18 DR14 DR14 Mechanical Joint Fittings Mechanical Joint Fittings Mechanical Joint Fittings, SSB Class 350 Mechanical Joint Fittings, SSB Class 351 Class 350 C-153 MI Fittings Uni-Flange Series 1400 Uni-Flange Series 1500 Circle -Lock One Bolt Restrained Joint Fitting Megalug Series 1100 (for DI Pipe) Megalug Series 2000 (for PVC Pipe) Sigma One-Lok SLC4 - SLCIO Sigma One-Lok SLCS4 - SLCS12 Sigma One-Lok SLCE Sigma One-Lok SLDE Bulldog System ( Diamond Lok 21 & JM Mechanical Joint Fittings PVC Stargrip Series 4000 DIP Stargrip Series 3000 EZ Grip Joint Restraint (EZD) Black For DIP EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC Pipe EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC Pipe AWWA C900, AWWA C605, ASTM D1784 AWWA C900 AWWA C900 AWWA C900 AWWA C900 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 AWWA C900 AWWA C900 AWWA C900 AWWA C900 AWWA C153&C110 AWWA C 110 AWWA C 153, C 110, C 111 AWWA C 153, C 110, C 112 AWWA C153 AWWA C111/C153 AWWA C111/C153 AWWA C111/C116/C153 AWWA C111/C116/C153 AWWA C111/C116/C153 AWWA C111/C153 AWWA C111/C153 AWWA C111/C153 AWWA C153 ASTM F-1624 AWWA C153 ASTM A536 AWWA C111 ASTM A536 AWWA C111 ASTM A536 AWWA C111 ASTM A536 AWWA C111 ASTM A536 AWWA C111 4"-12" 4"-12" 16'-24" 4" - 8" 16" -24" 4"- 12" 4" to 36" 4" to 24" 4" to 12" 4"to42" 4"to24" 4" to 10" 4" to 12" 12" to 24" 4" to 12" 4" to 24" 16'-24" * From Original Standard Products List 4 FORT WORTH., Note: All water o CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/29/2022 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. Approval Spec No. on Water - Pines/Va ves : Ft ' esilient Seated Gate Valve* 33-12-20 (05/13/151 Manufacturer Model No. National Spec Size 12/13/02 08/31/99 05/18/99 10/24/00 08/05/04 05/23/91 01/24/02 11/08/99 01/23/03 05/13/05 01/31/06 01/28/88 10/04/94 11/08/99 11/29/04 11/30/12 05/08/91 10/26/16 08/24/18 1/11/99 06/12/03 04/06/07 03/19/18 E1-26 E1-26 E1-26 E1-26 E1-26 E1-26 E1-26 E1-26 E1-26 Resilient Wedged Gate Valve w/no Gears American Flow Control Resilient Wedge Gate Valve Resilient Wedge Gate Valve Resilient Wedge Gate Valve Resilient Wedge Gate Valve Resilient Wedge Gate Valve Resilient Wedge Gate Valve Resilient Wedge Gate Valve Resilient Seated Gate Valve Resilient Seated Gate Valve Resilient Seated Gate Valve Resilient Wedge Gate Valve Resilient Wedge Gate Valve Resilient Wedge Gate Valve Resilient Wedge Gate Valve Resilient Wedge Gate Valve Resilient Wedge Gate Valve Resilient Wedge Gate Valve Resilient Wedge Gate Valve Resilient We eGate Valve Resilient Seat Gate Valve E1-26 Resilient Seated Gate Valve 33-12-20 Resilient Seated Gate Valve Mateo Gate Valve American Flow Control American Flow Control American Flow Control American Flow Control American Flow Control American AVK Company American AVK Company Kennedy M&H Mueller Co. Mueller Co. Mueller Co. Mueller Co. Mueller Co. Clow Valve Co. Clow Valve Co. Clow Valve Co. Clow Valve Co. Clow Valve Co. Stockham Valves & Fittings U.S. Pipe and Foundry Co. EJ (East Jordan Iron Works) Matco-Norca Series 2500 Drawing # 94-20247 Series 2530 and Series 2536 Series 2520 & 2524 (SD 94-20255) Series 2516 (SD 94-20247) Series 2500 (Ductile Iron) 42" and 48" AFC 2500 American AVK Resilient Seaded GV Series A2361 (SD 6647) Serves A2360 for 18"-24" (SD 6709) Mueller 30" & 36", C-515 Mueller 42" & 48", C-515 16" RS GV (SD D-20995) Clow RW Valve (SD D-21652) Clow 30" & 36" C-515 Clow Valve Model 2638 Metrosea1250, regmrements SPL #74 EJ FlowMaster Gate Valve & Boxes 225 MR AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C509 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C509 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C 509, ANSI 420 - stem, ASTM A 276 Type 304 - Bolts & ants AWWA/ANSI C115/An21.15 16" 30" and 36" 20" and 24" 16" 4" to 12" 42" and 48" 4" to 12" 20" and smaller 4" - 12" 4" - 12" 4" - 12" 16" 24" and smaller 30" and 36" 42" and 48" 4" - 12" 16" 24" and smaller 30" and 36" (Note 3) 24" to 48" (Note 3) 4" 2„ 3" to 16" 4" to 16" Water - Pioes/Va1ve9'& Fittines/Rubber Seated Butterfly Va1v3-12-21707/10/1AT. EI-30 EI-30 E1-30 E1-30 E1-30 33 12 21 Rubber Seated Butterfly Valve Rubber Seated Butterfly Valve Rubber Seated Butterfly Valve Valmatic American Butterfly Valve Rubber Seated Butterfly Valve Rubber Seated Butterfly Valve Water - Polvettvlene Encasement 33-11-10 (01/08/131 05/12/05 05/12/05 05/12/05 09/06/19 3/12/96 El-13 E1-13 E1-13 33-11-11 Polyethylene Encasment Polyethylene Encasment Polyethylene Encasment Polyethylene Encasment Water - Samuline Station 1 Water Sampling Station Henry Pratt Co. Mueller Co. Dezurik Valves Co. Valmatic Valve and Manufacturing Corp. M&H Valve G. A. Industries (Golden Anderson) Flexsol Packaging Mountain States Plastics (MSP) and AEP Ind. AEP Industries Northtown Products Inc. Water Plus Valmatic American Butterfly Valve. M&H Style 4500 & 1450 AWWA C504 Butterfly Valve Fulton Enterprises Standard Hardware Bullstrong by Cowlown Bolt & Gasket PE Encasement for DIP B20 Water Sampling Station AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C105 AWWA C105 AWWA C105 AWWA C105 Water - Automatic Flusher 10/21/20 04/09/21 04/09/21 Automated Flushing System Automated Flushing System Automated Flushing System Mueller Hydroguard Kupferle Foundry Company Kupf le Foundry Company HG6-A-IN-2-BRN-LPRR(Portable) HG2-A-IN--2-PVC-018-LPLG(Permanent) Eclipse #9800wc Eclipse 49700 (Portable) 24" 24"and smaller 24" and larger Up to 84" diameter 24" to 48" 30"-54" 8 mil LLD 8 mil LLD 8 mil LLD 8 mil LLD * From Original Standard Products List 5