Loading...
HomeMy WebLinkAboutContract 58488-PM1CSC No. 58488-PMI PROJECT MANUAL FOR THE CONSTRUCTION OF WATER, SEWER, PAVING, DRAINAGE & AND STREET LIGHT IMPROVEMENTS 1ST STREET INDUSTRIAL (EAST 1ST STREET ADDITION BLOCK 1, LOTS 1-3) IPRC Record No. IPRC22-0003 City Project No. 103882 FID No. 30114-0200431-103882-EO7685 File No. K-2885 X File No. X-27214 Mattie Parker David Cooke Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Michael Owen, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth September 2022 �E0 TF Pacheco Koch a Westwood company """"' I PACHECO KOCH CONSULTING ENGINEERS, LLC H. PRESTON BARTLEY ® ............................... 4060 BRYANT IRVIN ROAD 138487 '��® FORT WORTH, TX 76109 rt0.''���ENS��' �% TX PEG. ENGINEERING FIRMF-469 OFFICIAL RECORD ��FsS/ • ETXREG. SURVEYING FIRMLS-10008000 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 41 00 00 42 43 0043 13 Bid Fert Proposal Form Unit Price Bid Ben nn in s 05/22/2019 nn in 4 nno n�= 0045 12 Bidde :s Pf:eq, alifieatiea's Prequalification Statement nn in 4 09/01/2015 0045 13 Bidde . Pfegtta1 f;,,a4ien kWia 1i3n n21nvsr09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law r, Enterprise 04/02/2014 nQi 0045 40 00 52 43 iner-ity Business Goal Agreement a 06/16/2016 00 61 25 Certificate of Insurance07/01/2011 00 623 nno�4 Regoiuzxz is Bond 011m�vz2 i�2 00 62 19 00 7200 Pay- efA Bond Maintenance Bond Genef.,i Conditions 0 01/31/2012 i ii ii T 00 73 00 0073 10 c,,,.,.io,,.,enta y r rdifi np Standard City Conditions of the Construction Contract for Developer n7inm�vzi 01/10/2013 Awarded Projects Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 012500 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 813129 01 3233 Pr-egeet Meet* — Preconstruction Video 07/0i/2 z 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 0157 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 CITY OF FORT WORTH I" Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103882 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: httn:Hfortworthtexas.gov/tuw/contractors/ or httDs:HaDvs.fortworthtexas.Lov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 12/20/2012 0241 14 Utility Removal/Abandonment 12/20/2012 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 12/20/2012 03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 2605 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 Communications Multi -Duct Conduit 02/26/2016 Division 31- Earthwork 31 1000 Site Clearing 12/20/2012 3123 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 3201 17 Permanent Asphalt Paving Repair 12/20/2012 32 0119 Temper-ary Aaoralt f\- �r i2/'�tz 32 01 29 Concrete Paving Repair 12/20/2012 32 1123 32 1129 Flexible Base Courses Lime Treated Base Coufs 12/20/2012 12/20,L2012 32 1133 32 � Cement Tr-ea4ed Base Go Liquid Tfea4e c ail f"t�l"ili er 12/20QO12 0-2015 9/21�� 32 1216 Asphalt Paving 12/20/2012 CITY OF FORT WORTH I" Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103882 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 32 13 13 Concrete Paving 12/20/2012 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 1373 Concrete Paving Joint Sealants 12/20/2012 31 14 16 lfial- Un't _%: Mg 12/20,L2012 H32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 32 1723 Pavement Markings Ct i, 11/22/2013 1 1 in�13 5 3231 3 Z7�6 Address PaipAing �nr. F��r� Ca Gates Wi-eL'eneesand Gates 12 20L20l 2 ,�=z ,2�'fr�-zvriviz Z7�9 3232 13 Wee.l Fences and !`_.,tes Ccol, ion P. zwe-C-3w cio Ro his 12�'fr�-zvriviz 06/0II 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 3301 31 ClCircuit Television (CCTV) Inspection 03/03/2016 ZZ�v 22� r DLl. Jl� „FExisting Sewer- Systems TeipA Beading and Eleetf e.,l isel..tie 12/2z 12�7rc�-20QO12 33 04 } 33 04 12 Cef fesio reatfel Test St ties Magnesium Anode Cathodic Protection System Tempef:ar- 12�7zz 20QO12 12/20/2012 n�in�n 33 04 300 33 04 40 , Wate,. Setwie Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 3305 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 3305 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings — Cast Iron 01/22/2016 33 05 13.10 Frame, Cover and Grade Rings — Composite 01/22/2016 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 12/20/2012 Grade 112/2 110 33 05 17 C fef:ete Wate,. Vaults Concrete Collars z 12/20/2012 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 '2'23 Steel Casing Pipe 12/20/2012 05 13 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 12�'frz�-svriviz 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 1105 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 ?� .� 11 1., Eexe�eta P�o�ro Pilo, Jar � rappe, Steel Cylifi of x� ,l Type 12/' z 33 1210 22� Water Services 1-inch to 2-inch T a fge Water- >\ iTetefs 02/14/2017 1 2 /')zz�-20QO12 CITY OF FORT WORTH I" Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103882 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 33 1220 Resilient Seated Gate Valve Nl 12/20/2012 33 12 21 33 1225 AWW-A Rubber- Seated Butte. -fly Connection to Existing Water Mains i2/20Q0i2 02/06/2013 33 1230 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 1240 Fire Hydrants 01/03/2014 33 1250 Wa @r Sar..e Sta4iens 12/�12 33 1260 Standard Blow -off Valve Assembly Dlaee 06/19/2013 11 /�12 3331 2 33 31 3 Giffed i Pipe (CIPD) Fibefs`x0 P OCf r e Pipe for- Gr-a- ,;t.Emil�ry�2�r$ 11 /'12 2J 1.,5 High Density Polyethylene (14DPE) Pipe a1.xtar'3ewei 12/'fizrzvriviz 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 33 Z 1 71 Uffito , ff 12/2n/2n12 TJ�TLT Pipe rtravravzz ZZ�z Safi t., y Sew=_%&K-p Tix�vxg 12/�12 33 31 23 333150 50 C`an tafy C`owef: Pipj E1vl t C`an taFy C`owef: Set= iee (`.,f.. eetiefis .,.-..a C`o.- iee T ; o 12/'fr�-zvriviz n4 /'loTnvQoi� 33 39 10 12/20/2012 Cast -in -Place Concrete Manholes 33 39 20 Precast Concrete Manholes 12/20/2012 3Z�v F-iborg1mr-1\a*holes n Ct,,.,. 11 /'�12 11 / 33 39 40 33 39 60 Wastewater- eeess bef (WAG) G) Epoxy Liners for Sanitary Sewer Structures 0Q 12/20/2012 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 l.. 11 11 High Density Polyethylene (14PPE) Pipe F ,- St.,.•..,. D -.,;.. 12/"fez l.. � ! 11 33 4600 Df ,-ee PelyetL.lene (ERPE) Dire 1 1 /1 5 1 71 /'l z 33 4601 lS'�ein tYti� Slet4ed St3rm Diuirlf n�/no 1�11 �4H--02 ZZ�no ��rr�l! ��r� Cast i Dlaee Manholes .,.-..l Tunetio Boxes n1 /2n1 1 o„n�/-,n 12/'fez 33 4920 33 49 40 Curb and Df:E)p T..1ets Storm Drainage Headwalls and Wingwalls 12/2z 07/01/2011 Division 34 - 34 4 10 Transportation T,-., f fie S gn i s 1 n /1 / 1�15 3n n�01 34�02 Attaehmeat A �C+efAfell�e Atttaehmentt��btlntf.01t3' FT�o��ien Atttaehmeat'G Se twafe-Speei iea4ien Tompef:a-., T,-.,Ff;e Signals 12/1�15 0O12 01,L2012 1 1 /'fn 22,L2013 34 ^r�z-i .03 34�-41-11 ?/I i i if Reet gut Ili d Fk-.\AAing Beaeen 111 1 /'�vi3 34 416 Redoa*�aA I-I;brid Signa 11 /fin 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 zn n�02 l ,.00.: ay LED n,,.,dw ., T71'i, ns kas 06/10 c�I�5 3 n n�o3 l r T dorfti� �T'�a3- �ii���o o�� 06115QO I -5 34 4130 � 3^�0 �illinuli4 �%gi4S TR,,.ae 1 1 2L201 � �� , 3471 13 Single Fite- Opt;,, Cable Traffic Control 02/moo 11/22/2013 CITY OF FORT WORTH I" Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 103882 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix Page 5 of 5 GG4,91 P wk ity-aPLapAs GG 4.0-2 F/abiYarfaee and P`siM Conditions iRR GG 4.06 Ha af:deus Etwifenfnefftal C nditior at Site GG 6.0.6.D n ` `�'7 Wage-4 ^to V GC-6.09 Permits and Utilities GG-6. 1 NandisanpAczatian GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH I" Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103882 Revised March 20, 2020 00 42 43 DAP - BID PROPOSAL Page l of 6 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item) Description I Specification Section I Unit of Bid Unit Price Bid Value No. No. Measure Quantity UNIT I: WATER IMP Wyfl!NT$ 1 3311.0141 6" Water Pipe 3311 12 LF 8 $167.00 -$1,336.00 3311 10, 1 3311.0143 6" Water Pipe, Select Backfill 33 11 12 LF 95 $167.00 , $15,865.00 3311 10, 2 3311.0241 8" Water Pipe 33 11 12 LF 15 $125.00 $1,875.00 3311 10, 3 3311.0243 8" Water Pipe, Select Backfill 33 11 12 LF 79 $125.00 $9,875.00 - 3311 10, 4 3311.0441 12" Water Pipe 33 11 12 LF 2499 $256.00 $639,744.00 - 3311 10, 5 3311.0444 12" Water Pipe (Restrained Joints) 3311 12 LF 145 $256.00 $37,120.00 3311 10, 6 3311.0443 12" Water Pipe, Select Backfill 3311 12 LF 2747 $256.00 $703,232.00 3311.0446 12" Water Pipe, Select Backfill (Restrained 33 11 10, 7 Joints) 331112 LF 571 $256.00 $146176.00 g 3305.2004 12" Water Carrier Pipe 3311 10 LF 752 i $151 00 $113 552.00_ � --- g 3311.0452 12" DIP Water, CSS Backfill 3311 10 LF 200 $151 00 $30 200.00 10 3305.1104 24 Casing By Other Than Open Cut 33 05 24 LF 752 $667 00 $501 584.00 11 3312.2203 2'\Hater Service _ _ 33 1210 EA �- 4 -$32000 00 =$12 000-.00_ f 3311 A546 16"Water Pipe, Select Backfill (Restrained 3311 10, 12 Joints) 331112 _LF 20 $256.00 $5,120.00 13 3305.0109 Trench Safety 33 05 10- LF- 7131� $4.00 $28,524.00 - s-3201.0202 Asphalt Pvmt Repair Beyond Defined Width, 14 Arterial 3301 17 SY 2473 $75.00 $185,475.00 15 3312.3002 6" Gate Valve 331220 - �EA_ �2 _$2 029 00 $4 058 00 3312.3003 Gate Valve 33 12 20 EA 6 $2,696 00 $16 176n00 17 a8 --- _ , _- - 3312.3005 12" Gate Valve 33 12 20 EA 15 $5 228 00, $78,420.00 18 3311.0001 Ductile Iron Water Fittings w/ Restraint 3311 11 TON 5.4 $6 077.00 $32 815.80 1 g 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 2 $3 000 00 $6,000.00 20 3312.0106 Connection to Existing 16' Water Main 33 12 25 EA 1 $12 000.00 - $12,000.00 -.,_.-- 21- r. - -- -- - - 0241 ,1218 4"-12 Water Abandonment Plug ,- - - 02 41 14 -� EA - 1 $2 043.00 -..._. -� . $2,043.00 22 3312.0001 Fire Hydrant 33 12 40 EA 4 f $3 000 00 $12 000.00 23 3312.4004 8"x6' Tapping Sleeve and Valve 33 12 25 EA 1 $2,000.00 $2 000.00 24 25 ._ 2s� -�z7- 28 29 _ 30 32 33 34 35 36 37 - 38 - - -39 - -_ _40�- 41�- - 42 TOTAL UNIT I: WATER IMPROVEMENTS $2,597,190.80 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Foam Version May 22, 2019 004243 _Bid Proposal DAP SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP - BID PROPOSAL Page 2 of 6 Bidder's Application Project Item Inf nniation Bidder's Proposal BidiNtoItem` Description Specification Section f I Unit of I Bid Unit Price { Bid Value 1JII No. II Measure Quantity ll UNIT II: SANITARY S WEIR IMPROVEMENTS 33 11 10, 1 3331 12, 3331.4117 8" Sewer Pipe, Select Backfill 3331 20 LF —LF _16 — - $108.00 - __$1,728.00 m_.,.._ 2 ..n____, _ ._....., -_-__ 3305.0109 Trench Safety -- 33 05 10 16 $4 00 $64 00 3 3339.1001 4' Manhole 33 39 10 EA 2 $9,568.00 $19 136.00 4_ 3339.0001 Epoxy Manhole Liner 33 39 60 _ VF 12 �,$1,470.00�$2 $176.00 $2 112.00 _ —5 3305.0112 Concrete Collar 3305 17 EA 2 940 00 g 3301.0002 Post CCTV Inspection 33 01 31 LF 16 $26.00 $400.00 7 3301.0101 Manhole Vacuum Testing 3301 30 , EA� 2 $500.00 $1 000.00 9 10 11 12 13 14 _ 15 16 17 _ i8 19 20 21 22 - 23 - - 24 25 26 27 28 i29, —. i.26 i 30 31 33 - 34' _35__ 36 37 �39 — - 40 41 42 — 43 _ - 44-i 45 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $27,380.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43 Bid Proposal DAY UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Page 3 of 6 Bidder's Application Bidder's Proposal BidtistoItem l Description I Specification Section Unit of I Bid Unit Price Bid Value {I No. I Measure Quantity ` UNIT III: DRAINAGE IMPROVEMENTS 1 0241.4401 Remove Headwall/SET 0241 14 EA 4 $1,020.00 $4,080.00 2 - - --- - - ormine 0241.3017 Remove 30" StL - 41 14 _LF 62 �52— $40 00 $2 480.00 3 0241.3019 Remove 36" Storm Line _02 0241 14 LF $40.00 $2 080.00 4 - - =a-= 3341.0205 24" RCP, Class I - II 3341 10 LF 268 $109 00 $29 212 00 5 3341.1502 8x5 Box Culvert 3341 10 LF 33 $628.00 $20,724.00 Safety End Treatment (24 in) (PSET P) (6.1) TXDOT Item 467 EA 7 $1 864 00 $13 048.00 �6a 7 Safety End Treatment (8'x5') (SETB-PD) (6:1) TxDOT Item 467 EA 1 $18 000.00 $18 000.00 8 3349.0006 Storm Junction Structure 33 49 10 EA 1 $10,000.00 $10 000.00 3137.0104 Medium Stone Riprap, dry 31 3700 SY 2398 $65 00 $155 870.00 _9_ 10 3125.0101 SWPPP a 1 acre 31 25 00 LS 1 $7 000 00 $7 000.00 11 3305.0109 Trench Safety 330510� — LF —301 �$4 00 $1,204.00 12 —13—. — -- 14 —15= —16— 17— 18 —19-- 20 _ 21 22- -- -- 23 24 25 26 27 —28 30 - _ 31- - 32 —33 -- 34— 35 36 —37 —37i —.39__. 40 _41 - 43 _ _44_ 45 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $263,698.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Praposal_DAP UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Page 4 or 6 Bidder's Application Bidder's Proposal Bidlist Item Description Specification Section j Unit of Bid Unit Price Bid Value No. No. II Measure Quantity UNIT IV: PAVING IMPROVEMENTS 1 0241.0401 Remove Concrete Drive 0241 13 SF 2875 $13.00 $37,375.00 2 Remove Gravel Driveway TxDOT Item 247 SY 72 $10.00 $720.00 3 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 1543 $25.00 $38,575.00 4 3471.0001 Traffic Control 3471 13 MO 2 $9,500 00 $19,000.00 5 3213.0403 8" Concrete Driveway 32 13 20 SF 4587 $11 00 $50,457.00 6 3291.0100 Topsoil 3291.19 CY 243 $46.00 $11 178.00 _ 7 3292.0100 Block Sod Placement 32 92 13 SY 2918 $5.00 $14 590.00 8 3214.0100 Brick Pvmt 32 14 16 SY 276 $28 00 $7,728.00 9 3212.0302 2" Asphalt Pvmt Type D 32 12 16 SY —SY — 657 $9 00 $5,913.00 1 D 3212.0505 8" Asphalt Base Type B 32 12 16i 657 $33.00 $21 681.00 11 3217.0201 8 SLID Pvmt Marking HAS W 32 17 23 _ LF 139 $1 00 $139.00 -- 12 r 3217.1004 Lane Legend Only _ — 32 17 23 EA 1 $150.00 $150.00 13 3217.1002 Lane Legend Arrow 32 17 23 EA 1 $150.00 $150.00 14 15T 17 18 —20— — 0 — - 21 .-- -- 23 — — 24 25 26 - --27— — 28 29s 30 — 31 32 33 —34— 35 36' —.37—. - 3840 - - 39— 41 — _42_ _ 43 44 — 46- TOTAL UNIT IV: PAVING IMPROVEMENTSI $207.656.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Fonn Version May 22, 2019 00 42 43_Bid Proposal CAP UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Page 5 of 6 Bidder's Application Bidder's Proposal Bidlist Item) Description Specification Section I Unit of I Bid Unit Price Bid Value No. No. Measure 'r Quantity UNIT V: STREET LIGHTING IMPROVEMENTS 1 2605.3015 2" CONDT PVC SCH 80 (T) 26 05 33 — -._ - _ LF_ 950 _,. �2510 $15.00 i $14,250.00 2 -R _ 3441.1405 NO 2 Insulated Elec Condr 34 41 10 LF $5.00 $12 550.00 3 3441.1410 NO 10 Insulated Elec Condr 3441 10 LF 270 $2.00 $540.00 ��- 4 - 3441.1413 NO 6 Bare Elec Condr SLD 3441 10 LF 1255 $3.00 $3,765.00 5 3441.1502 Furnish/Install Ground Box Type B, w/Apron 3441 10 EA_ _6_ $2,000 00 $12 000.00 3441 50 17 Remove Ground 3441 13 _EA 2 $250 00 $500.00 _6 — 7 3441.3201 LED Lighting Fixture 34 41 20 EA 2 $350 00 $700.00 8 -Box 3441.3302 Rdwy Ilium Foundation TY 3,5,6, and 8 34 41 20 EA 1 $1 600.00 $1 600 00 9 3441.3352 Furnish/Install Rdway Ilium TY 18 Pole_ 34 41 20 EA_ 1� �$4,500.00 $4,500.00 10 3441.3501 Salvage Street Light Pole 34 41 20 EA 1 $1,250 00 $1,250.00 11 3441.3502 Relocate Street Light Pole 34 41 20 EA 2 $2 500 00 $5,000.00 12 Foundation 99 99 99 LF 16 $250.00 $4 000.00 13 9999.0002 Abandon Existing Conduit in Place 99 99 99 LF 75 $15.00 $1 125.00 14 9999.0003 Remove Existing Conduit 99 99 99 LF 925 $10 00 $9,250.00 15 16 17 18 :19— - 20 — 21 22 23 24 25 —26- 27 28 29 30 31 32 33J = 35 —k— T--- -37- -38 39. 40 —41 — _4_2--- _43 — 44 -- - 45 - TOTAL UNIT V: §TREET LIGHTIP93 IMPROVEMENTS $71,030.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal DAP UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Page 6 of 6 Bidder's Application Bidlist Item Description Specification Section Unit of Bid No. No. Measure Il Quantity Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS Total Construction Bid This Bid is submitted by the entity named below: BIDDER: NORTH TEXAS CONTRACTING, INC 4999 KELLER-HASLET ROAD KELLER, TEXAS 76244 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. BY: ZACH FUSILIER TITLE: VICE PRESIDENT DATE: 10/7/22 END OF SECTION Bidder's Proposal Unit Price I Bid Value $2,597,190.80 $27, 380.00 $263,698.00 $207,656.00 $71,030.00 $3,166,954.80 150 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Forth Version May 22, 2019 00 42 43_Bid Proposal_DAP 0045 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 Tyne" box provide the complete major work type and actual descri_otion as Drovided by the Water Denartment for water and sewer and TP W for ravine. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water New Development Open North Texas Contracting, Inc. 04/30/2024 Cut (12" and under) Wastewater New Development North Texas Contracting, Inc. 04/30/2024 Open Cut (24" and under) Concrete and Asphalt Pavement North Texas Contracting, Inc. N/A I (Hand Formed) Street Lighting Bean Electrical, Inc. 03/01/2021 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: North Texas Contracting, Inc. BY: Zach Fusilier 4999 Keller -Haslet Road Keller, Texas 76244 North Texas Contracting, Inc. (Signature) TITLE: Vice President DATE: 12/7/22 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS 00 45 12_Prequalification Statement 2015_DAP (1) Form Version September 1, 2015 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 004526-1 CONTRACTOR COti1PLLANCE WITH WORKER'S COMPENSATION LAW Page i of I 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. 103882. 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: North Texas Contracting, Inc By: Zach Fusilier Company ](Please Print) v 4999 Keller -Haslet Road Signature: !� Address Keller, Texas 76244 City/State/Zip THE STATE OF TEXAS § COUNTY OFTARRANT § Title: Vice President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Zach Fusilier , 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 TX Drivers License for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 7 th day of December .2022 END CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 /14/// ublic ' a r the State of Texas •*_ .�-x cn,CO o99rF OFP� OEX P •,9:1D •:5gy: \,r 111 111110 ,``` ]"Street Industrial CPN I03882 00 52 43 - 1 Developer Awarded Project Agreement Pagel of4 I SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on 12 7/22 is made by and between the Developer. SP 4 White FT. Worth JV, LLC. authorized to do business in Texas ("Developer") , and 5 Narth, ex4g Cgntra twin . Inc. authorized to do 6 business in 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 1 1 Project 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 14 generally described as follows: 15 P' Sireel Inelwvial 16 CPN 103882 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 150 working days after the date 23 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 24 City Conditions of the Construction Contract 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 27 suffer financial loss if the Work is not completed within the times specified in Paragraph 28 3.2 above, plus any extension thereof allowed in accordance with Article 10 of the Standard 29 City Conditions of the Construction Contract for Developer Awarded Projects. The 30 Contractor also recognizes the delays, expense and difficulties involved in proving in a 31 legal proceeding the actual loss suffered by the Developer if the Work is not completed on 32 time. Accordingly, instead of requiring any such proof. Contractor agrees that as liquidated 33 damages for delay (but not as a penalty), Contractor shall pay Developer Zero Dollars 34 ($0.00) for each day that expires after the time specified in Paragraph 3.2 for Final 35 Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH I" Street Industrial STANDARD CONSTRUCTION SPECIFICATIONDOCUMENrS— DEVE-LOPE-RAWARDEDPROJECTS CPN103882 Revised June 16, 2016 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 36 Article 4. CONTRACT PRICE 37 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of three million one hundred sixty five six hundred 39 eighteen dollars and eighty cents ($3,166,954.80). 40 Article 5. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 A.The Contract Documents which comprise the entire agreement between Developer and 43 Contractor concerning the Work consist of the following: 44 1. This Agreement. 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 2. Attachments to this Agreement: a. Bid Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Prequalification Statement 3) State and Federal documents (project specific) b. Insurance ACORD Form(s) c. Payment Bond (DAP Version) d. Performance Bond (DAP Version) e. Maintenance Bond (DAP Version) f. Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH I" Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103882 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of 4 74 Article 6. INDEMNIFICATION 75 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 76 expense, the city, its officers, servants and employees, from and against any and all 77 claims arising out of, or alleged to arise out of, the work and services to be performed 78 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 79 under this contract. This indemnification Provision is snecificalliv intended to overate 80 and be effective even if it is alleged or Proven that all or some of the damases beint, 81 sou fib t were caused, in whole or in Part, by any act, omission or nc'�ence of the city. 82 This indemnity provision is intended to include, without limitation, indemnity for costs, 83 expenses and legal fees incurred by the city in defending against such claims and causes 84 of actions. 85 86 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 87 the city, its officers, servants and employees, from and against any and all loss, damage 88 or destruction of property of the city, arising out of, or alleged to arise out of, the work 89 and services to be performed by the contractor, its officers, agents, employees, 90 subcontractors, licensees or invitees under this contract. This indemnification provision 91 is snecificallly intended to overate and he effective even if it is a]leued or proven that all 92 or some of the damaves beine sought were caused. in whole or in part, by anv act. 93 omission or ne0ieence of the city. 94 95 Article 7. MISCELLANEOUS 96 7.1 Terms. 97 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of the 98 Construction Contract for Developer Awarded Projects. 99 7.2 Assignment of Contract. 100 This Agreement, including all of the Contract Documents may not be assigned by the 101 Contractor without the advanced express written consent of the Developer. 102 7.3 Successors and Assigns. 103 Developer and Contractor each binds itself, its partners, successors, assigns and legal 104 representatives to the other party hereto, in respect to all covenants, agreements and 105 obligations contained in the Contract Documents, 106 7.4 Severability. 107 Any provision or part of the Contract Documents held to be tmconstitutional, void or 108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 109 remaining provisions shall continue to be valid and binding upon DEVELOPER and 110 CONTRACTOR. 111 7.5 Governing Law and Venue. 112 This Agreement, including all of the Contract Documents is performable in the State of 113 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 114 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH I" Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN103882 Revised June 16.2016 115 116 117 118 119 120 121 122 123 124 125 005243-4 Developer Awarded Project Agreement Page 4 of 4 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date"). Contractor: Developer: North Texas Contracting. inc ..— SP White FT. Worth JV, LLC BN­ (Signature) (Signature) zach Fusilier (Printed Name) Title: Vice President Company Name: N N. TX, Contract ing Address: 4999 Keller -Haslet Road Marc Pfleging (Printed Name) Title: Manager Company name: SP White FT. Worth JV, LLC Address: 8801 River Crossing Blvd. Suite 300 City/State/Zip: Keller, Tx 76244 City/State/Zip: Indianapolis, IN 46240 _1217122 _ Date ^ 12/7Z2T_ Date CITY OF PORT WORTH 1"Simet Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CP,V103882 Revised June 16, 2016 2 3 3 S 6 7 SECTION 00 62 19 MAINTENANCE BOND 01)h219-1 MAINTENANCE BOND Page I o1'3 Bond No. SU1190565 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we North Texas Contracting, Inc. known as 8 "Principal" herein and Arch Insurance Comnanv . a corporate surety 9 (sureties, if more than one) duly authorized to do business in the State of Texas. known as 10 "Surety" herein (whetherone or more), are held and firmly bound unto the Developer. SP White I I FT. Worth JV. LLC. authorized to do business in Texas I"Developer') and the City of Fort 12 Worth. a Texas municipal corporation ("City"). in the sum Three Million, One Hundred Sixty Six Thousand, 13 of Nine Hundred Fifty Four and 80/100------------ Dollars (S 3.166.954.80 ). 14 lawful money of the United States. to be paid in Fort Worth. Tarrant County. Texas, for payment 15 of which sum well and truly be made jointly unto the Developer and the City as dual obligees and 16 their successors. we bind ourselves. our heirs, executors, administrators. successors and assigns. 17 jointly and severally. fim)ly by these presents. 18 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 CFA 22-0102:and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the 7th day of December 20 22 . which Contract is 24 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 25 materials, equipment labor and other accessories as defined by law, in the prosecution of the 26 Work, including any Work resulting from a duly authorized Change Order (collective[) herein. 27 the "Work") as provided for in said Contract and designated as 1" Strew Indurrriul: and 28 29 WHEREAS. Principal binds itself to use such materials and to so construct the Work in 30 accordance with the plans. specifications and Contract Documents that the Work is and will 31 remain free from defects in materials or workmanship for and during the period of two (2) years 32 after the date of Final Acceptance of the Work by the City (--Maintenance Period"): and 33 CI I r& H )RT WORT I I V .sl eer lrelvavml ST ANDARD CITY CONDITIONS - DPvrLOPCR A WARDI'D PROJI'CTs t PK Jn3rta: Kccivxl laauac� it ?qi: Qoh219-2 MAINTEN'ANCI: BOND Page 2 o f 3 1 WHEREAS. Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer andlor Cite 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 G remedy any defective Work, for which timely notice tvas provided by Developer or City, to a 7 completion satisfactory to the City. then this obligation shall become null and void: othentiise to 8 remain in full force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely I I noticed defective Work. it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being; borne 13 by the Principal and the Surety under this Maintenance Bond, and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in tG Tarrant County. Texas or the United States .District Court for the Northern District of Texas. Fort 17 Wolth Division: and 1& 19 'PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 OTY OF FORT WORTI I P' Sirvet Industrial STANDARD CITY CONDI'rtt1NS — DEVFLOPER AWARDED PROJ1_CTS l7W 1U18fi2 Revised Januan 31, 2012 I 2 3 4 6 7 8 9 10 IL 13 14 15 16 17 ix it 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 011 f,? 19 - 3 MAINTENANCE BONI) Page 3 ul'3 IN WITNESS WHEREOF. the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 7th day of December .2022 . XVitne as to Pr icipal .ATTEST: G (Surety') ecretary ness as to Surety PRI\CIPAL: North Texas Contracting, Inc. r BY: r ignafure Zach Fusilier, Vice President Narne and Title Address: 4999 Keller Haslet Rd. feller_ TX 76244 SURETY: Arch Insurance Comham Signature Robbi Morales, Attorney -in -fact Name and Title Address: 5005 LBJ Freeway, Suite 1500 Dallas,^TX 75244 Telephone \umber: __214/989-0000 _ *Note: If signed by an officer of the Surety Cornpany. there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF PORT WORTI I STANDARD CITY CONDH IONS — DEVELOPER AWARDED PROJECTS Rcvt,ed Januar% 31 2012 J"Sheet hidustrial AIC 0000386905 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. Not valid for Note, Loan, Letter of Credit, Currency Rate, Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey (hereinafter referred to as the "Company") does hereby appoint: Don E. Cornell, Joshua Saunders, Kelly A. Westbrook, Mikaela Peppers, Ricardo J. Reyna, Robbi Morales, Sophinie Hunter, Tina McEwan and Tonie Petranek of Dallas, TX (EACH) its true and lawful Attorney(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds, undertakings, recognizances and other surety obligations, in the penal sum not exceeding One Hundred Fifty Million Dollars ($150.000.00O.00y. This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City, New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on August 31, 2022, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance ofprocess." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on August 31, 2022: VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on August 31, 2022, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 28th day of November. 2022. Attested and Certified Arch Insurance Company �rE �O 1971 We4L,� n . ✓r RegaShulman, Secretary Stephen C. Ruschak, Executive Vice President STATE OF PENNSYLVANIA SS s COUNTY OF PHILADELPHIA SS �ISi4Yf{ I, Michele Tripodi, a Notary Public, do hereby certify that Regan A. Shulman and Stephen C. Ruschak personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. CAnrMotrwaUl► at PltmsjMM* . ►lOt«,, sod .� ,...I •7(,� NOW raroM rl "kbtk W� ot�31, 4Mce podi,Nota blic 20 0ftr 1glMIlN1bN fl6MU My commission expires 07/31/2025 CERTIFICATION I, Regan A. Shulman, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated November 28. 2022 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said Stephen C. Ruschak, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF. I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this7th day of December , 20 22 n JA Yl , CJJV Re A. Shulman, Secretary This Power of Attorney limits the acts of those named thereinto the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated.�� PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: �O Arch Insurance - Surety Division 3 Parkway, Suite 1500 wttrc�tArE Philadelphia, PA 19102 1�iY S To verify the authenticity of this Power of Attorney, please contact Arch Insurance Company at SuretyAuthentic@i rchinsurance.com Please refer to the above named Attorney -in -Fact and the details of the bond to which the power is attached. AICPOA040120 Printed in U.S.A. IMPORTANT NOTICE TO ALL TEXAS POLICYHOLDERS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint You may call Arch Insurance Group's toll -free telephone number for information or to make a complaint at: 1-866-413-5550 You may also write to Arch Insurance Group at: Arch Insurance Group Harborside 3 210 Hudson Street, Suite 300 Jersey City, NJ 07311-1107 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the Arch Insurance Group first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Para obtener informacion o para someter una. queja: Usted puede Ilamar al numero de telefono gratis de Arch Insurance Group para informacion o para someter una queja al: 1-866-413-5650 Usted tambien puede escribir a Arch Insurance Group: Arch Insurance Group Harborside 3 210 Hudson Street, Suite 300 Jersey City, NJ 07311-1107 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 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Arch Insurance Group 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. 00 ML0042 44 04 16 Page 1 of 1 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 Article 1 — Definitions and Terminology.......... 1.01 Defined Terms ............................... 1.02 Terminology .................................. Article 2 — Preliminary Matters ....................... 2.01 Before Starting Construction...... 2.02 Preconstruction Conference........ 2.03 Public Meeting ............................ Page .............................................1 .............................................1 ............................................. 5 ....................................................... 6 ....................................................... 6 ....................................................... 6 ....................................................... 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 ............................................ 5.19 Delegation of Professional Design Services 5.20 Right to Audit: ............................................. 5.21 Nondiscrimination ........................................ Article 6 - Other Work at the Site....... 6.01 Related Work at Site ....... Article 7 - City's Responsibilities ............................................ 7.01 Inspections, Tests, and Approvals ....................... 7.02 Limitations on City's Responsibilities ................ 7.03 Compliance with Safety Program ........................ Article 8 - City's Observation Status During Construction....... 8.01 City's Project Representative ................................. 8.02 Authorized Variations in Work .............................. 8.03 Rejecting Defective Work ...................................... 8.04 Determinations for Work Performed ...................... Article 9 - Changes in the Work ...................... 9.01 Authorized Changes in the Work 9.02 Notification to Surety ................... Article 10 - Change of Contract Price; Change of Contract Time 10.01 Change of Contract Price ........................................... 10.02 Change of Contract Time ........................................... 10.03 Delays......................................................................... Article 11 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ............ 11.01 Notice of Defects.............................................................................................................. 11.02 Access to Work................................................................................................................. 11.03 Tests and Inspections........................................................................................................ 11.04 Uncovering Work............................................................................................................. 11.05 City May Stop the Work................................................................................................... 11.06 Correction or Removal of Defective Work...................................................................... 11.07 Correction Period.............................................................................................................. 11.08 City May Correct Defective Work................................................................................... Article 12 - Completion ........................................... 12.01 Contractor's Warranty of Title ............ 12.02 Partial Utilization ................................. 12.03 Final Inspection .................................... 12.04 Final Acceptance .................................. Article 13 - Suspension of Work ..................................... 13.01 City May Suspend Work ............................. Article 14 - Miscellaneous ......................................... 14.01 Giving Notice ......................................... CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 24 24 25 25 26 26 26 26 26 27 a a ... 29 ... 29 ... 29 ... 29 ... 30 ... 30 ... 30 ... 30 ... 31 ................................. 32 ................................. 32 ................................. 32 ................................. 32 ................................. 33 ............................................................. 33 ............................................................. 33 34 34 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 0073 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 0073 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 in. 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 0073 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 0073 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made 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 apart of the Work at the Site. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a. in. 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 0073 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 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 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 0073 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 0073 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 0073 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 parry 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: 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: b. Each Occurrence: : Enter limits provided by Railroad Company (If none, write 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 0125 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.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 1 Ith 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 indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY 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 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, 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 00 73 10- 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. Developer/Contractor. City will forward all invoices for retests to 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 00 73 10- 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 00 73 10- 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 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 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 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 — MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given i£ 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 00 73 10- 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 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 011100-1 DAP SUMMARY OF WORK Pagel of 3 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 I't Street Industrial CPN 103882 011100-2 DAP SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH I't Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH V Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 Revised December 20, 2012 0131 19- 1 DAP PRECONSTRUCTION MEETING Pagel of 3 1 SECTION 01 31 19 2 PRECONSTRUCTION MEETING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. No construction schedule required unless requested by the City. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the delivery of the 28 distribution package to the City. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Developer and Consultant 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH I't Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 Revised August 30, 2013 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 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 J. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised August 30, 2013 I't Street Industrial CPN 103882 0131 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH V Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 Revised August 30, 2013 1 2 SECTION 01 33 00 DAP SUBMITTALS 3 PART 1 - GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 el 21 22 23 24 25 26 27 28 29 1.1 SUMMARY A. Section Includes: 01 33 00 - 1 DAP SUBMITTALS Page 1 of 10 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. CITY OF FORT WORTH l,' Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Developer Awarded Projects CPN 103882 Revised August 30, 2013 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 01 3300-2 DAP SUBMITTALS Page 2 of 10 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. d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: CITY OF FORT WORTH l,' Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Developer Awarded Projects CPN 103882 Revised August 30, 2013 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 01 3300-3 DAP SUBMITTALS Page 3 of 10 a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) "By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/2 inches x 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 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer CITY OF FORT WORTH l,' Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Developer Awarded Projects CPN 103882 Revised August 30, 2013 1 2 3 4 5 i 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 01 33 00 - 4 DAP SUBMITTALS Page 4 of 10 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. CITY OF FORT WORTH l,' Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Developer Awarded Projects CPN 103882 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 M 20 21 22 23 24 25 26 27 28 29 30 31 32 33 01 3300-5 DAP SUBMITTALS Page 5 of 10 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 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. CITY OF FORT WORTH l,' Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Developer Awarded Projects CPN 103882 Revised August 30, 2013 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 01 3300-6 DAP SUBMITTALS Page 6 of 10 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) 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 CITY OF FORT WORTH l,' Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Developer Awarded Projects CPN 103882 Revised August 30, 2013 1 2 3 4 5 6 7 I 13 14 15 16 17 18 19 20 21 22 23 24 25 29 30 31 32 33 34 35 01 3300-7 DAP SUBMITTALS Page 7 of 10 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 CITY OF FORT WORTH l,' Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Developer Awarded Projects CPN 103882 Revised August 30, 2013 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 01 3300-8 DAP SUBMITTALS Page 8 of 10 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. CITY OF FORT WORTH l,' Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Developer Awarded Projects CPN 103882 Revised August 30, 2013 01 3300-9 DAP SUBMITTALS Page 9 of 10 1 1) All subsequent reviews will be performed at times convenient to the City 2 and at the Contractor's expense, based on the City's or City 3 Representative's then prevailing rates. 4 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 5 all such fees invoiced by the City. 6 c. The need for more than 1 resubmission or any other delay in obtaining City's 7 review of submittals, will not entitle the Contractor to an extension of Contract 8 Time. 9 7. Partial Submittals 10 a. City reserves the right to not review submittals deemed partial, at the City's 1 1 discretion. 12 b. Submittals deemed by the City to be not complete will be returned to the 13 Contractor, and will be considered "Not Approved" until resubmitted. 14 c. The City may at its option provide a list or mark the submittal directing the 15 Contractor to the areas that are incomplete. 16 8. If the Contractor considers any correction indicated on the shop drawings to 17 constitute a change to the Contract Documents, then written notice must be 18 provided thereof to the Developer at least 7 Calendar Days prior to release for 19 manufacture. 20 9. When the shop drawings have been completed to the satisfaction of the City, the 21 Contractor may carry out the construction in accordance therewith and no further 22 changes therein except upon written instructions from the City. 23 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 24 following receipt of submittal by the City. 25 L. Mock ups 26 1. Mock Up units as specified in individual Sections, include, but are not necessarily 27 limited to, complete units of the standard of acceptance for that type of Work to be 28 used on the Project. Remove at the completion of the Work or when directed. 29 M. Qualifications 30 1. If specifically required in other Sections of these Specifications, submit a P.E. 31 Certification for each item required. 32 N. Request for Information (RFI) 33 1. Contractor Request for additional information 34 a. Clarification or interpretation of the contract documents 35 b. When the Contractor believes there is a conflict between Contract Documents CITY OF FORT WORTH l,' Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Developer Awarded Projects CPN 103882 Revised August 30, 2013 01 33 00 - 10 DAP SUBMITTALS Page 10 of 10 1 c. When the Contractor believes there is a conflict between the Drawings and 2 Specifications 3 1) Identify the conflict and request clarification 4 2. Sufficient information shall be attached to permit a written response without further 5 information. 6 7 8 9 FA 12 13 14 15 16 17 18 19 20 21 22 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH l,' Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Developer Awarded Projects CPN 103882 Revised August 30, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 0135 13- 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 SECTION 0135 13 SPECIAL PROJECT PROCEDURES 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of 8 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 16 Engineers 17 i. Coordination within Railroad permits areas 18 j . Dust Control 19 k. Employee Parking 20 1. (Coordination with North Central Texas Council of 21 Governments Clean Construction Specification [remove if not required]) 22 B. Deviations from this City of Fort Worth Standard Specification 23 1. None. 24 C. Related Specification Sections include, but are not necessarily limited to: 25 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 26 2. Division 1 — General Requirements 27 3. Section 33 12 25 — Connection to Existing Water Mains 28 29 1.2 REFERENCES 30 A. Reference Standards 31 1. Reference standards cited in this Specification refer to the current reference 32 standard published at the time of the latest revision date logged at the end of this 33 Specification, unless a date is specifically cited. 34 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 35 High Voltage Overhead Lines. 36 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 37 Specification 38 1.3 ADMINISTRATIVE REQUIREMENTS 39 A. Coordination with the Texas Department of Transportation CITY OF FORT WORTH I't Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 Revised August, 30, 2013 013513-2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 1 1. When work in the right-of-way which is under the jurisdiction of the Texas 2 Department of Transportation (TxDOT): 3 a. Notify the Texas Department of Transportation prior 4 to commencing any work therein in accordance with the provisions of the 5 permit 6 b. All work performed in the TxDOT right-of-way shall 7 be performed in compliance with and subject to approval from the Texas 8 Department of Transportation 9 B. Work near High Voltage Lines 10 1. Regulatory Requirements 11 a. All Work near High Voltage Lines (more than 600 12 volts measured between conductors or between a conductor and the ground) 13 shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 14 752. 15 2. Warning sign 16 a. Provide sign of sufficient size meeting all OSHA 17 requirements. 18 3. Equipment operating within 10 feet of high voltage lines will require the following 19 safety features 20 a. Insulating cage -type of guard about the boom or arm 21 b. Insulator links on the lift hook connections for back 22 hoes or dippers 23 C. Equipment must meet the safety requirements as set 24 forth by OSHA and the safety requirements of the owner of the high voltage 25 lines 26 4. Work within 6 feet of high voltage electric lines 27 a. Notification shall be given to: 28 1) The power company (example: ONCOR) 29 a) Maintain an accurate log of all such calls to power company and record 30 action taken in each case. 31 b. Coordination with power company 32 1) After notification coordinate with the power company to: 33 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 34 lower the lines 35 C. No personnel may work within 6 feet of a high voltage 36 line before the above requirements have been met. 37 C. Confined Space Entry Program 38 1. Provide and follow approved Confined Space Entry Program in accordance with 39 OSHA requirements. 40 2. Confined Spaces include: 41 a. Manholes 42 b. All other confined spaces in accordance with OSHA's 43 Permit Required for Confined Spaces 44 D. Use of Explosives, Drop Weight, Etc. 45 1. When Contract Documents permit on the project the following will apply: 46 a. Public Notification CITY OF FORT WORTH I't Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 Revised August, 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 013513-3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 0131 13 E. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 1225. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. C. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. F. Public Notification Prior to Beginning Construction 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. 47 G. Public Notification of Temporary Water Service Interruption during Construction CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised August, 30, 2013 I't Street Industrial CPN 103882 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 01 35 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number C. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. H. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. I. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors C. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. J. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. CITY OF FORT WORTH I't Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 Revised August, 30, 2013 013513-5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1 K. Employee Parking 2 1. Provide parking for employees at locations approved by the City. 3 L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 4 Construction Specification [if required for the project] 5 1. Comply with equipment, operational, reporting and enforcement requirements set 6 forth in NCTCOG's Clean Construction Specification. } 7 1.4 SUBMITTALS [NOT USED] 8 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 9 1.6 CLOSEOUT SUBMITTALS [NOT USED] 10 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.8 QUALITY ASSURANCE [NOT USED] 12 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13 1.10 FIELD [SITE] CONDITIONS [NOT USED] 14 1.11 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS [NOT USED] 16 PART 3 - EXECUTION [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 1.3.13— Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 19 CITY OF FORT WORTH I't Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 Revised August, 30, 2013 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 01 35 13 - 6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised August, 30, 2013 I" Street Industrial CPN 103882 013513-7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 I EXHIBIT B 2 4 FORT WORTH Date: 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. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR CITY OF FORT WORTH V Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 Revised August, 30, 2013 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Pagel of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH I't Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 Revised JULY 1, 2011 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off -site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH V Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 Revised JULY 1, 2011 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on -call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE -INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH V Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 Revised JULY 1, 2011 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 0 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH I't Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 Revised JULY 1, 2011 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 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 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH ls` Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 Revised July 1, 2011 015526-2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division, to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH I't Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 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 V Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 Revised July 1, 2011 0157 13- 1 DAP STORM WATER POLLUTION PREVENTION Pagel of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 3. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH ls` Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 Revised July 1, 2011 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 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 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 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 0133 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH ls` Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 Revised July 1, 2011 0157 13 - 3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 0133 00. 4 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 15 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH ls` Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 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: httDs://apps.fortworthtexas.2ov/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 0133 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 1st Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103882 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 1st Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103882 Revised March 20, 2020 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Pagel of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- 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 SUBMITTALSANFORMATIONAL 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 timely installation 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. CITY OF FORT WORTH I't Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 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 and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 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 and equipment. 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 that will 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' unopened containers. 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 V Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 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 to unloading. 14 B. Non -Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 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 written directions. 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 required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH I't Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 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 V Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 Revised April 7, 2014 017423-1 DAP CLEANING Pagel of 4 1 SECTION 0174 23 2 CLEANING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 14 1.2 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 disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL 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 I't Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 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 and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 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 thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH I't Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 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 and rubbish. 13 3. Confine construction debris daily in strategically located container(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 finish painting. 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 5. 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] t1ro 37 38 39 40 CITY OF FORT WORTH I't Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 Revised April 7, 2014 01 74 23 - 4 DAP CLEANING Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH V Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 Revised April 7, 2014 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0177 19 CLOSEOUT REQUIREMENTS 017719-1 DAP CLOSEOUT REQUIREMENTS Pagel of 3 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 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 and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH I't Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 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 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 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 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. Upon receipt 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 in full 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 CITY OF FORT WORTH I't Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 Revised April 7, 2014 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 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised April 7, 2014 V Street Industrial CPN 103882 GC 6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK 1st Street Industrial CITY OF FORT WORTH CPN 103882 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 FORT WORTH. March 29, 2022 Mr. Preston Bartley, PE Pacheco Koch 4060 Bryant Irvin Rd Fort Worth, TX 76109 Sent via email: pbartley@pcke.com Dear Mr. Bartley, PE: This letter permits you and/or your representative to remove twelve vitex from the street median located adjacent to 5301 East 1st St, per the attached plans. The mitigation requirement of $2,200 was paid by check number 1621 on March 29, 2022. The following trees are prohibited on city parkways: Ash Hackberry Bradford pear Mimosa Cottonwood Mulberry Siberian elm Willow Silver maple Sycamore You are responsible for making sure the removal and/or planting does not violate any private deed restrictions for your neighborhood, or procuring any additional approval needed from any PID, TIF or Design Review Board that may govern in your area. If I can be of any further assistance, please contact me at 817-392-5738. Sincerely, e. hfy Craig Fox, City Forester Park & Recreation Department c: file PARK & RECREATION DEPARTMENT City of Fort Worth, 4200 South Freeway, Suite 2200, Fort Worth Texas, 76115-1499 (817)-392-5700(PARK) Fax (817)-392-5724 c� 0 U I 0 12 w 0 0 00 N N 1 0 Ln / U 0 N 0 U J_ U 0 / 0 00 N a N I N O LO I � N / N O 1 wCD _J o :2 N U O EXISTING CONCRETE DRIVE TO BE REMOVED AND DISPOSED OF EXISTING LIGHT STANDARD TO BE PROTECTED IN PLACE LS73� i, I E FIRST STREET _ \ (A 120' WIDE RIGHT-OF-WAY) _ . JANE W. WHITE IRREVOCABLE TRUST 2011 TRACT 2 (INST. NO. D213007450) 15301 E FIRST STREET EXISTING LIGHT STANDARD TO BE REMOVED, SALVAGED AND RELOCATED EV i� IN l� .\. A\ — EXISTING HEADWALL ------- EXISTING 51 LF RCP P ---�--- \\\�� PP(8) \ \\ TO BE REMOVED TO BE REMOVED — EXISTING HEADWALL TO BE REMOVED - {`t e 4 sY A� Pre —Existing Medians/Parkways PP(8) W/COND. GUY, LIGHT EXISTING CONCRETE DRIVE TO BE REMOVED AND DISPOSED OF EXISTING HEADWALL TO BE REMOVED EXISTING 62 LF RCP TO BE REMOVED EXISTING 1" MULTI —TRUNK " MISC. TREES TO BE REMOVED ACCORDING WITH PERMIT XXXXXXX FROM CITY FORESTER (PEND11 'SAWCUT AND DISPOSE OF 1375 L.F. OF ASPHALT PAVEMENT AND MEDIAN All existing Medians/ROWs disturbed during construction shall be returned to their original state or better upon completion of the project. In the event that grass has been disturbed, grass shall be established at 100% by Contractor. Prior to sod or seeding, remove all rocks greater than 1 "(32 92 13—Sodding — Revised May 13, 2021 or 32 92 14—Non—Native Seeding — Revised May 13, 2021). All dirt mounds shall be removed from Medians/ROWs prior to seeding after construction is completed. `GRATE INLET { PP W/LIGHI 17 N c�GN SSG kft ♦��I WN �i40MCC�i���i�i�i�i01400tkh'M GRATE INLET - --......... - ---- ---.:I �': ------ o SIG F 4.. / CBL F � F f s EXISTING HEADWALL-1 TO BE REMOVED OF00 ............................ R. H. PRESTON BARTLEY .......... ....... 138487 lio "_ �!CENS�'--' 4 THE SEAL APPEARING ON THIS DOCUMENT WAS AUTHORIZED BY H. PRESTON BARTLEY, P.E. 138487 ON 01/10/2022. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION TO THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. NO. A 1 A 2 0 3 0 REVISIONS DESCRIPTION Il IF==- IE a_ll DATE LSALIGHT STANDARD LIMITS OF FLOOD ZONE PEPE PULL BOX ELECTRIC X EXISTING FENCE • PP W/ LIGHT Ex OHL EXISTING OVERHEAD UTILITY LINE PP W/ GUY ANCHOR Ex E EXISTING UNDERGROUND ELECTRIC LINE _ PP(1). PP W/ CROSS Ex T EXISTING UNDERGROUND TELEPHONE LINE ARM (LENGTH IN FEET) EX C EXISTING UNDERGROUND CABLE LINE SIGN— TRAFFIC SIGN Ex F EXISTING UNDERGROUND FIBER OPTIC LINE ssOQ SAN. SEWER MANHOLE —EX 6' G— EXISTING UNDERGROUND GAS LINE TEL ❑ TELEPHONE BOX """""' EXISTING STORM DRAIN LINE TEL-r UG TELEPHONE MARKER —EX 6"W— EXISTING WATER LINE TSP■ TRAFFIC SIGNAL POLE —EX 6"SS EXISTING SANITARY SEWER LINE STM O STORM SEWER MANHOLE 613 EXISTING CONTOUR wMo WATER METER — — — — PROPERTY LINE wvo WATER VALVE — — — EASEMENT LINE .B PAINT MARK BLUE _ — SETBACK LINE PY PIN FLAG YELLOW FH¢ FIRE HYDRANT DEMO AREA Pacheco Koch FORT WORTH,BRYANIRVIN ROAD FORT WORTH, TX 76109 817.412.7155 TX REG. ENGINEERING FIRM F-469 TX REG. SURVEYING FIRM LS-10008001 CONSTRUCTION NOTES NOTE: CONTRACTOR SHALL PROTECT ALL EXISTING TREES, FENCES, RETAINING WALLS AND STRUCTURES UNLESS OTHERWISE NOTED. NOTE: ALL STREET RADII SHALL BE 15' AND ALL DRIVEWAY RADII SHALL BE 5' UNLESS OTHERWISE NOTED. NOTE: CONTRACTOR SHALL RELOCATE EXISTING FENCES AS NOTED TO ONE FEET OF PROPOSED RIGHT OF WAY. THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 48 HOURS PRIOR TO EXCAVATING AT EACH LOCATION: AT&T 1-800-878-8711 FORT WORTH WATER DEPT.—FIELD OPERATIONS (817) 392-8296 FORT WORTH T&PW (817) 871-8100 ATMOS ENERGY (817) 215-4366 ONCOR GAS & ELECTRIC (817) 215-6214 TXU ENERGY 1-800-233-2133 SBC TELEPHONE (817) 338-6819 CHARTER COMM. (817) 509-6272 EXT. 3363 ALL OTHER FACILITIES 1-800—DIG—TESS HORIZONTAL & VERTICAL CONTROL BM 7658 BMI 1 BM 2 CI OF FORT WORTH + CUT ON CONCRETE ON A 1 /? INCH IRON ROD WITH A RED BRASS DISK SET FLUSH ON WYE INLET ON THE SOUTH SIDE CAP SET ON THE SOUTH SIDE OF THE SOUTH END OF A 10' OF EAST 1ST STREET, ±1694' EAST 1ST STREET ±973' WEST OF INLET ON THE WEST CURB WEST OF A CONCRETE DRIVEWAY A CONCRETE DRIVEWAY FOR 5555 EAST 1ST STREET, t8' NORTH OF LINE OF CANDLEWOOD ROAD FOR 5555 EAST 1ST STREET, AN t8' CONCRETE SIDEWALK AND AND 173.0' SOUTH OF THE f72' EAST OF A POWER POLE THE EAST 1ST SOUTH CURB LINE OF LAKE AND ±75' EAST OF A CONCRETE STREETOMEDIAN. HAVASU TR. HEADWALL. N: 6964826.72 ELEV: 542.25 IN: 6964836.15 E: 2348043.21 E: 2347368.29 ELEV: 519.26 ELEV: 513.36 BM13 BM 5 BM 4 1/2 INCH IRON ROD WITH A RED + CUT ON CONCRETE ON t8' CONCRETE 1/ INCH IRON ROD WITH A RED CAP THE EAST CORNER AN SIDEWALK SET ON ON THE SOUTH SIDE OF EAST CAP SET NORTH OF EAST 1ST ISLAND AT THE INTERSECTION OF 1ST STREET ±243' WEST OF STREET, t1400' NORTHWEST OF SOUTH OAKLAND BOULEVARD AND A CONCRETE DRIVEWAY FOR 5555 EAST 1ST STREET IN A CONCRETE DRIVEWAY FOR EAST 1ST STREET, ±420' EAST OF THE NORTH SIDE OF EAST 5555 EAST 1ST STREET AND A DRIVEWAY FOR 5601 EAST 1ST 1ST STREET AND 44' SOUTH ±721' NORTH OF THE EAST 1ST STREET AND ±348' EAST OF A OF THE MEDIAN OF EAST 1ST STREET NORTH EDGE OF CONCRETE WYE INLET. STREET. IN: 6964861.60 ASPHALT. IN: 6965034.15 E: 2348782.13 IN: 6965648.05 E: 2350317.39 ELEV: 515.71 E: 2347818.99 ELEV: 519.42 ELEV: 516.62 CITY PROJECT NO. 103882 X-27214 IPRC 22-000J MAPSCO NO. 1164U & #64V FID 30114— 0200431-103882—E07685 TAD MAP NO. 2072-400 W/SS STUDY #WSL-2017-263 & NO. 2066-400 . CITY OF FORT WORTH, TEXAS ■ 1 ST STREET INDUSTRIAL SITE DEVELOPMENT AND PUBLIC INFRASTRUCTURE W . W PUBLIC DEMO PLAN DESIGNED: HPB PK JOB NO. DATE: SHEET V 1 DRAWN: RDF 4750-21.280 JANUARY 2022 20 OF 33 PK-4750-21.280 DEMO_IPRC.DWG FoerwoRrH CITY POLICY/DESIGN STANDARDS REQUEST FOR WAIVER FORM TO CITY PLAN COMMISSION PROJECT NAME/ADDRESS' 1st Street Industrial/5301 E 1st Street PROJECT/STUDY NUMBER: IPRC22-0003 DATE: 03/08/2022 We hereby submit for your consideration the following variance request for the above project: POLICY/SECTION NUMBER/TITLE SUBSECTION DESCRIPTION MTP - Sidewalk Requirements for street sections Proposed Waiver: Requesting a waiver to forgo the construction of a new sidewalk along the E 1st Street frontage of the property. Reason for Waiver Request: The project consists of two separate and distinct industrial facilities lots with East 1st Street being the only street frontage of the property. E 1st St. is a 4 lane divided roadway with open channel bar ditches on either side of the street. Per our conversation with Taylor Gunderman and Aaron Long at the Post -Submittal meeting on 2/17, constructing sidewalk along the frontage does not make sense for this project since the Trinity River is to the west and a full developed gas well site is to the east (without sidewalk). This waiver is submitted at their recommendation based on the existing street section and adjacent developments. Include complete justification for request for waiver from Policy/Design Standards. Justification request must meet all requirements. If justification is included in the cover letter, or requires additional pages, describe or reference here. Requested By: Printed Name Preston Bartley, P.E. Signature Firm Pacheco Koch Address 4060 Bryant Irvin Rd, Fort Worth, TX 76109 Date 03/08/2022 Email pbartley@PKCE.com Phone 817-412-7155 For Use by City: Waiver Log Number Approved by Plan Commission Denied by Plan Commission For Use by City Department: x Recommended for approval Recommended for approval with exceptions Not recommended City Department Staff Recommender Signature Aaron Long Date Remarks Aaron Lon Digitally signed by Aaron Long Signature g Date: 2022.03.09 08:58:19 -06'00' Date 03/09/2022 Digitally signed by Aaron Long Date: 2022.03 09 08:57:52-06'00' GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 1st Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103882 Revised July 1, 2011 FORT WORTH. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 06/27/2023 Approval I Spec No. Concrete Ckissili'ation Nla.ul-tur- Model No. National Spec 19/9/2022 03 30 00 Mix Design American Concrete Company 30CAF029 3000 psi Concrete for Sidewalks & ADA Ramps 19/9/2022 03 30 00 Mix Design American Concrete Company 01JAF382 1000 psi Concrete Base Material for Trench Repair 19/9/2022 03 30 00 Mix Design American Concrete Company 40CNF065 4000 psi Concrete for Manholes & Utility Structures 19/9/2022 03 30 00 Mix Design American Concrete Company 45CAF076 4500 psi Concrete for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Argos D10000001737 4500 psi Concrete for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Argos D 1000000 17914500 psi Concrete for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Argos D 1000000 1793 4500 psi Concrete for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Argos D 1000000 1103 4500 psi Concrete for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Argos D10000002107 4500 psi Concrete for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Argos D 1000000 1273 4500 psi Concrete for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Argos D10000001617 3600 psi Concrete for Machine Placed Paving 19/9/2022 03 30 00 Mix Design Argos D10000008381 4500 psi Concrete for HES Paving 19/9/2022 03 30 00 Mix Design Argos D10000009857 50 psi Flowable Fill - CLSM 19/9/2022 03 30 00 Mix Design Argos D10000001055 3000 psi Concrete for Inlets, Junction Boxes, Manholes, Channel Liners, Sidewalks, Driveways, Curb & Gutter 19/9/2022 03 30 00 Mix Design Argos D1000001043S 3000 psi Concrete for Sidewalks, Curbs 19/9/2022 03 30 00 Mix Design Argos D1000001565S 3000 psi Concrete for Curbs, Curb & Gutters, Sidewalks, Driveways, ADA Ramps 19/9/2022 03 30 00 Mix Design Argos D1000001615 3600 psi Concrete for Inlets, Boxes, Encasement, Blocking 19/9/2022 03 30 00 Mix Design Argos D10000001061 3600 psi Concrete for Inlets, Boxes, Encasement, Blocking 19/9/2022 03 30 00 Mix Design Argos D10000001083S 4000 psi Concrete for Valve Pads, Inlets, Structures, Headwalls, Thrust Blocking 19/9/2022 03 30 00 Mix Design Argos D 1000000 1083 4000 psi Concrete for Valve Pads, Inlets, Structures, Headwalls, Thrust Blocking 19/9/2022 03 30 00 Mix Design Argos D 1000000 1685 4000 psi Concrete for Valve Pads 19/9/2022 03 30 00 Mix Design Argos D10000005751 750 Psi Concrete Base for Trench Repair 19/9/2022 03 30 00 Mix Design Argos D 1000000 16814000 psi Concrete for Headwalls, Retaining Walls, Box Culverts, Valley Gutters 19/9/2022 03 30 00 Mix Design Big D Concrete 7SKGRT 3000 psi Concrete for Grouting 19/9/2022 03 30 00 Mix Design Big D Concrete 14500AE 4500 psi Concrete for High Early Strength Paving 1 5/2/2023 32 13 13 Mix Design Big D Concrete CM14520AE 4500 psi Concrete for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Big Town Concrete 452065-1 4500 psi hand placed paving 19/9/2022 03 30 00 Mix Design Big Town Concrete 450065-1 4500 psi hand placed paving 19/9/2022 03 30 00 Mix Design Bumco Texas 45U500BG 4500 psi Concrete Mix for Hand Placed Paving, Storm Structures 19/9/2022 03 30 00 Mix Design Bumco Texas 40U553BG 4000 psi Concrete Mix for Machine Placed Paving 19/9/2022 03 30 00 Mix Design Bumco Texas 55UI20AG 4000 psi Concrete Mix for High Early Strength Paving 19/9/2022 03 30 00 Mix Design Bumco Texas 30U100AG 3000 psi Concrete Mix for Pipe Collars, Inlets, Thrust Blocks, Sidewalks, ADA Ramps 19/9/2022 03 30 00 Mix Design Bumco Texas 30U101AG 3000 psi Concrete Mix for Flatwork 19/9/2022 03 30 00 Mix Design Bumco Texas 30U500BG 3000 psi Concrete Mix for Blocking, Driveways, Curb & Gutters, Sidewalks, ADA Ramps 19/9/2022 03 30 00 Mix Design Bumco Texas 40U500BG 4000 psi Concrete Mix for Storm Drain Structures, Driveways, Screen Walls 19/9/2022 03 30 00 Mix Design Bumco Texas 36U500BG 3600 psi Concrete Mix for Lighting and Traffic Signal Foundations 19/9/2022 03 30 00 Mix Design Bumco Texas 08Y450BA 800 psi Concrete Mix for Base for Trench Repair 19/9/2022 03 30 00 Mix Design Bumco Texas 01 Y690BF 100 psi Concrete Mix for Flowable Fill 14/1/2023 03 34 16 Mix Design Bumco Texas 1OYH50BF 1000 psi Concrete Base Material for Trench Repair 19/9/2022 03 30 00 Mix Design Carder Concrete FWCC602021 4500 psi concrete for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Carder Concrete FWCC552091 3600 psi for Machine Placed Paving 19/9/2022 03 30 00 Mix Design Carder Concrete FWCC602091 3600 psi for Machine Placed Paving 19/9/2022 03 30 00 Mix Design Carder Concrete FWCC359101 Flowable Fill - CLSM 19/9/2022 03 30 00 Mix Design Carder Concrete FWFF237501 Flowable Fill - CLSM 19/9/2022 03 30 00 Mix Design Carder Concrete FWCC602001 4000 psi Concrete for Storm Drain Structures, Manholes, Headwalls, Retaining Walls, Valley Gutters, Drive Approaches 19/9/2022 03 30 00 Mix Design Carder Concrete FWCC502021 3500 psi concrete for Sidewalks, Driveways, Ramps, Curb & Gutter 19/9/2022 03 30 00 Mix Design Carder Concrete FWCC502001 3000 psi for Sidewalks, Driveways, Ramps, Curb & Gutter, Flatwork 19/9/2022 03 30 00 Mix Design Charley's Concrete 4142 3600 psi Concrete for Curb Inlets, Junction Boxes 19/9/2022 03 30 00 Mix Design Charley's Concrete 4518 4000 psi Concrete for Headwalls, Wingwalls 19/9/2022 03 30 00 Mix Design Charley's Concrete 5167 3600 psi Concrete Mix for Machine Placed Paving 19/9/2022 03 30 00 Mix Design Charley's Concrete 4609 4500 psi Concrete Mix for Hand Placed Paving, Manholes 19/9/2022 03 30 00 Mix Design Charley's Concrete 6103 4500 psi Concrete Mix for Hand Placed Paving, Manholes 19/9/2022 03 30 00 Mix Design Charley's Concrete 4502 3000 psi Concrete Mix for Sidewalks 19/9/2022 03 30 00 Mix Design Charley's Concrete 3759 3000 psi Concrete Mix for Sidewalks 19/9/2022 03 30 00 Mix Design Charley's Concrete 1502 150 psi Concrete for Flowable Fill-CLSM 19/9/2022 03 30 00 Mix Design Charley's Concrete 1518 150 Psi Concrete for Flowable Fill-CLSM 19/9/2022 03 30 00 Mix Design Charley's Concrete 5642 4000 psi Concrete for Storm Drain Structures 19/9/2022 03 30 00 Mix Design Charley's Concrete 6595 5000 psi Concrete Mix for High Early Strength Paving 19/9/2022 03 30 00 Mix Design Charley's Concrete 6589 4500 psi Concrete Mix for High Early Strength Paving 19/9/2022 03 30 00 Mix Design Chisholm Trail Redi Mix C13020AE 3000 psi Concrete for Driveways, Curb & Gutter 19/9/2022 03 30 00 Mix Design City Concrete Company 11-350-FF 50-150 psi Concrete for Flowable Fill-CLSM FORT WORTH: CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT Approval Spec No. STANDARD PRODUCTS LIST AS OF 06/27/2023 Classification NI,mul-tur" Model No. National Spec Concrete (Continued) 19/9/2022 03 30 00 Mix Design City Concrete Company 30HA25II 3000 psi Concrete for Rip -Rap 19/9/2022 03 30 00 Mix Design City Concrete Company 30HA20II 3000 psi Concrete Mix for Blocking, Sidewalks, Flatwork, Pads 19/9/2022 03 30 00 Mix Design City Concrete Company 45NG25II 3600 psi Concrete Mix for Drilled Shafts/Lighting and Traffic Signal Foundations 19/9/2022 03 30 00 Mix Design City Concrete Company 50QG25H 3600 psi Slurry Displaced Drilled Shaft 19/9/2022 03 30 00 Mix Design City Concrete Company 45NA20II 4500 psi Concrete Mix for Hand Placed Paving 19/9/2022 03 30 00 Mix Design City Concrete Company 36LA2011 3600 psi Concrete Mix for Machine Placed Paving 19/9/2022 03 30 00 Mix Design City Concrete Company 36JA001 J 3600 psi Concrete Mix for Machine Placed Paving 19/9/2022 03 30 00 Mix Design City Concrete Company 40LA2011 4000 psi Concrete Mix for Storm Drain Structures 1 11/16/2022 03 30 00 Mix Design City Concrete Company CLNG25I13600 psi Concrete for Drilled Shaft/Lighting and Traffic Signal Foundations 1 5/5/2023 03 30 00 Mix Design City Concrete Company CCNA25OAG 3600 psi Concrete for Drilled ShaftsLighting and Traffic Signal Foundations 15/5/2023 03 30 00 Mix Design City Concrete Company CSSQA25OAG 3,600 psi Concrete for Slurry Displacement Shafts, Underwater Shafts 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 250 3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 350 3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps 19/9/2022 03 34 13 Mix Design Cow Town Redi Mix 9 70 psi Flowable Fill - CLSM 19/9/2022 03 34 13 Mix Design Cow Town Redi Mix 9-5-2 70 psi Flowable Fill - CLSM 19/9/2022 03 34 13 Mix Design Cow Town Redi Mix 220-8 50 psi Concrete Mix for Flowable Fill - CLSM 19/9/2022 03 34 13 Mix Design Cow Town Redi Mix 320-8 50 psi Concrete Mix for Flowable Fill - CLSM 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 230-8 750 psi Concrete Base Material for Trench Repair 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 330-58 750 psi Concrete Base Material for Trench Repair 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 353 3000 psi Concrete Mix for Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Retaining Walls 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 253-W 3000 psi Concrete Mix Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Retaining Walls 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 260 4000 psi Concrete Mix for Bridge Slabs, Box Culverts, Headwalls 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 260-1 3600 psi Concrete Mix for Headwalls 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 260-2 3600 psi Concrete Mix for Box Culverts, Headwalls 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 360 4000 psi Concrete Mix for Bridge Slabs, Box Culverts, Headwalls 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 360-1 3600 psi Concrete Mix for Box Culverts, Headwalls, Wingwalls 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 264-N 4500 psi Concrete Mix for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 366 4500 psi Concrete Mix for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 265 4500 psi Concrete Mix for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 365 4500 psi Concrete Mix for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 370-NC 4500 psi Concrete for HES Paving 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 370-lNC 5000 psi Concrete for HES Paving 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 375-NC 5000 psi Concrete for HES Paving 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 267 4200 psi Concrete Mix for Manholes and Drainage Structures 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 270 5000 psi Concrete Mix for Cast -in -Place Box Culverts 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 370 5000 psi Concrete Mix for Cast -in -Place Box Culverts 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 255-2 3000 psi Concrete Mix for Inlets, Thrust Blocking, Concrete Encasement 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 257 3600 psi Concrete mix for Valley Gutters 1 11/14/2022 32 13 13 Mix Design Cow Town Redi Mix 357-M 3600 psi Concrete Mix for Machine Placed Paving 19/9/2022 33 13 13 Mix Design Cow Town Redi Mix 257-M 3600 psi Concrete Mix for Machine Placed Paving 19/9/2022 34 13 13 Mix Design Cow Town Redi Mix 260-M 4000 psi Concrete Mix for Machine Placed Paving 19/9/2022 35 13 13 Mix Design Cow Town Redi Mix 360-M 4000 psi Concrete Mix for Machine Placed Paving 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 255-LP 3000 psi Concrete Mix for Curb & Gutter 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 355-LP 3000 psi Concrete Mix for Curb & Gutter 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 255 3500 psi Concrete Mix for Flatwork, Inlets, Thrust Blocking Concrete Encasement 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 355 3000 psi Concrete Mix for Inlets, Thrust Blocking, Concrete Encasement 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 365-STX 4000 psi Concrete for Bridge slabs, top slabs of direct traffic culverts, approach slabs 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 357 3600 psi Concrete Mix for Valley Gutters 16/21/2023 03 30 00 Mix Design Cow Town Redi Mix 360-DS 3600 psi Concrete for Drilled Shaft/Lighting and Traffic Signal Foundation 1 1/18/2023 03 30 00 Mix Design Cow Town Redi Mix 380-NC 4500 psi Concrete for HES Paving 19/9/2022 03 30 00 Mix Design GCH Concrete Services GCH4000 4000 psi Concrete for for Sidewalks, Ramps, Headwalls, Inlets, and Storm Drain Structures 19/9/2022 03 30 00 Mix Design GCH Concrete Services GCHVS 4000 psi Concrete for Machine Placed Paving 19/9/2022 03 30 00 Mix Design GCH Concrete Services GCH4500 4500 psi Concrete Hand Placed Paving 19/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates C47PV5E5 3000 psi Concrete for Sidewalks, ADA Ramps 19/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-70J23504 3000 psi Concrete for Sidewalks, ADA Ramps 19/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-147QW5D5 3000 psi Concrete Mix for Sidewalks, ADA Ramps 19/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-056PS5D5 4000 psi Concrete Machine Placed Paving 19/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-161UV5DM 4500 psi Concrete for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR- I OMQS50N 4500 psi Concrete for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 161PSSEM 4500 psi Concrete for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates C47PV5E5 3000 psi Concrete Mix for Sidewalks, ADA Ramps 14/7/2023 03 30 00 mix Design Ingram Concrete & Aggregates 1OLQS50N 3,600 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations 19/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 161PS5EM 4500 psi Concrete Mix for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 1551 3000 psi Concrete Mix for Blocking FORT WORTH: CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 06/27/2023 Approval Spec No. Classification Manufacturer Model No. National Spec Concrete(Continued) 19/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 5177 3000 psi Concrete Mix for Sidewalks 19/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 1261 3000 psi Concrete Mix for Sidewalks 19/9/2022 4 30 00 Mix Design Holcim - SOR, Inc. 2125 4500 psi Concrete for HES Paving 19/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 1701 4000 psi Concrete Mix for Storm Drain Structures, Sanitary Sewer Manholes, Junction Box 19/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 5409 4000 psi Concrete Mix for Sidewalks, Inlets 19/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 5507 4500 psi Concrete Mix for Hand Placed Paving 1 12/15/2022 3 30 00 Mix Design Holcim - SOR, Inc. 3741 100 psi concrete for flowable flll/CSLM 19/9/2022 04 30 00 Mix Design Holcim - SOR, Inc. 5017 200 psi Concrete for Base Material for Trench Repair 19/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 9600 3600 psi Concrete for Drill Shafts/Lighting and Traffic Signal Foundations 19/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 1851 4500 psi Concrete for Storm Drain Structures, Hand Placed Paving 1 12/5/2022 4 30 00 Mix Design Holcim - SOR, Inc. 1822 3600 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations 19/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 1859 4000 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations 14/7/2023 03 30 00 Mix Design Liquid Stone C301D 3,000 psi Concrete for Sidewalks, Approaches, and Driveways. 14/27/2023 03 30 00 Mix Design Liquid Stone C361DNFA 3,600 psi Concrete for Retaining wall, driveway, junction box apron, approach 14/7/2023 03 30 00 Mix Design Liquid Stone C361DHR 3,600 psi Concrete for Drilled Shaft/Lighting and Traffic Signal Foundations 1 1/24/2023 03 30 00 Mix Design Liquid Stone C451DHR-A 4500psi Concrete for HES Paving 19/9/2022 03 30 00 Mix Design Martin Marietta R2132214 3,000 psi Concrete for Sidewalks & Ramps 19/9/2022 03 30 00 Mix Design Martin Marietta D9490SC 3,000 psi Concrete for Sidewalks & Ramps 19/9/2022 03 30 00 Mix Design Martin Marietta R2131214 3,000 psi Concrete for Sidewalks & Ramps 19/9/2022 03 30 00 Mix Design Martin Marietta R2131314 3,000 psi Concrete for Sidewalks & Ramps 19/9/2022 03 30 00 Mix Design Martin Marietta R2136014 3,000 psi Concrete for Sidewalks & Ramps 19/9/2022 03 30 00 Mix Design Martin Marietta R2136214 3,000 psi Concrete for Sidewalks & Ramps 19/9/2022 03 30 00 Mix Design Martin Marietta R2141224 4,000 psi Concrete for Sidewalks & Ramps 19/9/2022 03 30 00 Mix Design Martin Marietta R2141024 4,000 psi Concrete for Sidewalks & Ramps 19/9/2022 03 30 00 Mix Design Martin Marietta R2136224 3,600 psi Concrete for Curb Inlets 19/9/2022 03 30 00 Mix Design Martin Marietta R2141233 3,600 psi Concrete for Storm Structures, Inlets, Blocking & Encasement 19/9/2022 03 30 00 Mix Design Martin Marietta FLOW25A 50 psi Concrete for Flowable Fill/CLSM 19/9/2022 03 30 00 Mix Design Martin Marietta R2142233 3,600 psi Concrete for Manholes, Inlets & Headwalls 19/9/2022 03 30 00 Mix Design Martin Marietta R2146333 3,600 psi Concrete for Manholes, Inlets & Headwalls, Concrete Encasement 19/9/2022 03 30 00 Mix Design Martin Marietta R21412304,000 psi Concrete for Manholes, Inlets & Headwalls, Valve Pads 19/9/2022 03 30 00 Mix Design Martin Marietta R2146035 4,000 psi Concrete for Manholes, Inlets & Headwalls, Valve Pads 19/9/2022 03 30 00 Mix Design Martin Marietta R2146335 4,500 psi Concrete for Hand Placed Paving, Inlets, Storm Drain Structures 111/2/2022 32 13 13 Mix Design Martin Marietta Q214IN27 4,000 psi Concrete for Machine Placed paving 111/2/2022 32 13 13 Mix Design Martin Marietta Q214IK30 4,000 psi Concrete for Machine Placed Paving 111/2/2022 32 13 13 Mix Design Martin Marietta R2146N36 4,500 psi Concrete for Hand Placed Paving 1 11/15/2022 33 13 13 Mix Design Martin Marietta R2146K36 4,500 psi Concrete for Hand Placed Paving 1 11/15/2022 3413 13 Mix Design Martin Marietta R21461`36 4,500 psi Concrete for Hand Placed Paving 111/2/2022 32 13 13 Mix Design Martin Marietta R2146K36 4,500 psi Concrete for Hand Placed Paving 111/2/2022 32 13 13 Mix Design Martin Marietta R2146N35 / 6.11 sacks / 4,500 psi concrete for Hand Place Paving, Inlets, Manholes, Headwalls 111/2/2022 32 13 13 Mix Design Martin Marietta R2146K34 4,000 psi Concrete for Inlets, Manholes, Headwalls 111/2/2022 32 13 13 Mix Design Martin Marietta R2141N24 4,000 psi Concrete for Sidewalks and Ramps 111/2/2022 32 13 13 Mix Design Martin Marietta R2141K24 4,000 psi Concrete for Sidewalks and Ramps 19/9/2022 03 30 00 Mix Design Martin Marietta R2146038 4,500 psi Concrete for Inlets, Storm Drain Structures 19/9/2022 03 30 00 Mix Design Martin Marietta R2146036 4,500 psi Concrete for Hand Placed Paving, Inlets 19/9/2022 03 30 00 Mix Design Martin Marietta R2146042 4,500 psi Concrete for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Martin Marietta R2146242 4,500 psi Concrete for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Martin Marietta R2146236 4,500 psi Concrete for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Martin Marietta D9493SC 4,500 psi Concrete for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Martin Marietta R2147241 4,500 psi Concrete for Hand Placed Paving 14/l/2023 32 1320 Mix Design Martin Marietta R2136N14 / 5.00 sacks / 3,000 psi concrete for Sidewalks 14/l/2023 03 30 00 Mix Design Martin Marietta R2146P33 / 6.01 sacks / 4,000 psi concrete for Bridge Deck 14/l/2023 03 30 00 Mix Design Martin Marietta R2146033 4,000 psi Concrete for Riprap 14/7/2023 32 1320 Mix Design Martin Marietta R2136K14 3,000 psi concrete for sidewalks and ramps 14/7/2023 32 13 13 Mix Design Martin Marietta R2161K70 6,000 psi (3,000 psi (& 24lux) for HES Paving 14/l/2023 03 30 00 Mix Design Martin Marietta 310LBP 3,600 psi Concrete for Retaining Walls 1 5/22/2023 32 13 13 Mix Design Martin Marietta R2146K37/6.22 sack / 4,500 psi Concrete for Hand Placed Paving 14/l/2023 03 30 00 Mix Design Martin Marietta R2141030 4,000 psi Concrete for Riprap FORT WORTH: CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT Approval Spec No. STANDARD PRODUCTS LIST AS OF 06/27/2023 Classification Manufacturer Model No. National Spec Concrete(Conthmed) 1 5/3/2023 03 30 00 Mix Design Martin Marietta M7842344 4,000 psi Concrete for Bridge Deck 16/1/2023 32 1320 Mix Design Martin Marietta R2136R20 3,000 psi Concrete for Sidewalks and Ramps 16/1/2023 32 13 20 Mix Design Martin Marietta R2136N20 3,000 psi Concrete for Sidewalks and Ramps 16/27/2023 03 30 00 Mix Design Martin Marietta U2146N41 / 6.44sacks / 3,600 psi Concrete for Drilled Shafts / Lighting and Traffic Signal Foundations 16/27/2023 03 30 00 Mix Desaign Martin Marietta U2146K45 / 6.65 sacks / 3,600 psi Concrete for Drilled Shafts / Lighting and Traftc Signal Foundations 19/9/2022 32 1320 Mix Design NCS Redi Mix NCS5020A 3000 psi Concrete Mix for Curb & Gutter, Driveways, Sidewalks 19/9/2022 03 30 00 Mix Design NBR Ready Mix TX C-YY 3000 psi Concrete Mix for Curb Inlets 19/9/2022 03 30 00 Mix Design NBR Ready Mix TX C-NY 3000 psi Concrete Mix for Curb Inlets 1 1 /24/2023 03 30 00 Mix Design Rapid Redi Mix RRM6320AHP 4500 psi Concrete for Hand Placed Paving 1 1/24/2023 03 30 00 Mix Design Rapid Redi Mix RRM5525A 3600 psi Concrete for Valley Gutters, Sidewalks, Approaches, ADA Ramps 1 1/18/2023 03 30 00 Mix Design Rapid Redi Mix RRM6020ASS 4000 psi Concrete for Strom Drain Structures 1 1/18/2023 03 30 00 Mix Design Rapid Redi Mix RRM5320A 3000 psi Concrete for Blocking 11/18/2023 03 30 00 Mix Design Rapid Redi Mix RRMS020A 3000 psi Concrete for Curb, Gutter, Driveways, Sidewalk, Ramps 19/9/2022 03 30 00 Mix Design Redi-Mix DCA2E554 3000 psi Concrete Mix for Rip Rap 19/9/2022 03 30 00 Mix Design Redi-Mix VOJ 11524 3000 psi Concrete Mix for Curb & Gutter 19/9/2022 03 34 13 Mix Design Redi-Mix FOCI 0021 215 psi Flowable Fill - CLSM 19/9/2022 03 30 00 Mix Design Redi-Mix l OJ 11524 3000 psi Concrete Mix for Driveways, Sidewalks, ADA Ramps 19/9/2022 03 30 00 Mix Design Redi-Mix 1OJ11504 3000 psi Concrete Mix for Sidewalks 19/9/2022 03 30 00 Mix Design Redi-Mix 1 OLI 1504 3,600 psi Concrete Mix for Sidewalks, Curb & Gutter 19/9/2022 03 30 00 Mix Design Redi-Mix 10LI1524 3600 psi Concrete Mix Manholes, Inlets, Junction Boxes, Headwalls 19/9/2022 03 30 00 Mix Design Redi-Mix 1RE 1524 3500 psi Concrete Mix for Thrust Blocks, Valve Pads 19/29/2022 03 30 00 Mix Design Redi-Mix 1OL21524 4000 psi Concrete Mix for Manholes 19/9/2022 03 30 00 Mix Design Redi-Mix 15611524 4000 psi Concrete Mix for Cast -in -Place Storm Drain Structures 19/9/2022 03 30 00 Mix Design Redi-Mix 1 OLI 15E4 3600 psi Concrete Mix for Bridge substructures 19/9/2022 03 30 00 Mix Design Redi-Mix 156115134 4000 psi Bridge Slabs 19/9/2022 03 34 13 Mix Design Redi-Mix F35238VN 100 psi Flowable Fill - CLSM 19/9/2022 03 34 13 Mix Design Redi-Mix FOD138VM 100 psi Flowable Fill - CLSM 19/9/2022 03 34 13 Mix Design Redi-Mix 1OJ11554 3000 psi Concrete Mix for Rip -Rap 19/9/2022 03 30 00 Mix Design Redi-Mix POG138K9 1000 psi Concrete Mix for Trench Repair Base Material 19/9/2022 03 30 00 Mix Design Redi-Mix 10KI1524 3600 psi Concrete Mix for Encasement 19/9/2022 03 30 00 Mix Design Redi-Mix 1ON11507 4500 psi (2600 psi na) 24 hrs.) Concrete Mix for HES Paving 19/9/2022 03 30 00 Mix Design Redi-Mix 10NI1504 5000 psi (3600 psi @ 2 days) Concrete Mix for HES Paving 19/9/2022 03 30 00 Mix Design Redi-Mix 50KI1524 3600 psi Concrete Mix for Machine Placed Paving 19/9/2022 03 30 00 Mix Design Redi-Mix 1 OMI 15D4 4500 psi Concrete Mix for Hand Placed Paving, Storm Drain Structures 19/9/2022 03 30 00 Mix Design Redi-Mix 1OM11524 4500 psi Concrete Mix for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Redi-Mix 1 OMI 1504 4500 psi Concrete Mix for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Redi-Mix 145CD5P4 4500 psi Concrete Mix for Hand Placed Paving, Storm Drain Structures 1 11/2/2022 03 30 00 Mix Design Redi-Mix 145P25P4 4500 psi Concrete for Storm Drain Structures 1 12/5/2022 03 30 00 Mix Design Redi-Mix 1OK115C4 3500 psi Concrete for Thrust Blocks, Valve Pads 1 12/5/2022 03 30 00 Mix Design Redi-Mix 156115C4 4000 psi Concrete for CIP Storm Drain Structures 1 12/5/2022 03 30 00 Mix Design Redi-Mix 1OL115C4 3600 psi Concrete for Manhole, Inlet, Junction Box, Headwall 15/15/2023 03 30 00 Mix Design Redi-Mix 80LI 15D5 3600 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations 15/15/2023 03 30 00 Mix Design Redi-Mix 1 ON115D6 Slurry Displacement Shafts, Underwater Drilled shafts 19/9/2022 03 34 13 Mix Design SRM Concrete 30000 3,000 psi Concrete for Sidewalks and Ramps, Curb & Gutter 19/9/2022 03 34 13 Mix Design SRM Concrete 40050 4,000 psi Concrete for Headwalls, Retaining Wall 19/9/2022 03 30 00 Mix Design SRM Concrete 35023 3,600 psi Concrete for Machine Placed Paving 19/9/2022 03 30 00 Mix Design SRM Concrete 40068 3,600 psi Concrete for Machine Placed Paving 19/9/2022 03 30 00 Mix Design SRM Concrete 45000 4,500 psi Concrete for Hand Placed Paving 19/9/2022 03 30 00 Mix Design SRM Concrete 45300 4,500 psi Concrete for Hand Placed Paving 19/9/2022 03 30 00 Mix Design SRM Concrete 40326 4,500 (3,00 @ 3-days) psi Concrete for HES Paving 1 10/10/2022 03 30 00 Mix Design SRM Concrete 35000 3600 psi Concrete for Sewer Manholes 1 10/10/2022 03 30 00 Mix Design SRM Concrete 35300 3600 psi Concrete for Swere Manholes 19/9/2022 03 30 00 Mix Design SRM Concrete 35022 3,600 psi Concrete for Junction Box, Retaining Walls 19/9/2022 03 30 00 Mix Design SRM Concrete 30050 3,000 psi Concrete for Sidewalks, Ramps, Inlets, Junction Boxes, Thrust Blocks, Curb and Gutter, Driveways, Barrier Ramp 12/10/2023 03 30 00 Mix Design SRM Concrete 50310 5,000 psi Concrete for HES Paving 1 1/13/2023 32 13 13 Mix Design SRM Concrete 45023 4,500 psi Concrete for Hand Placed Paving 1 5/5/2023 03 30 00 Mix Design SRM Concrete D100008553CB 4,000 psi Concrete for Bdridge Approach Slab, Deck Slab 19/9/2022 03 30 00 Mix Design Tarrant Concrete FW6020AHP 4500 psi Concrete Mix for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Tarrant Concrete FW60AHP 4500 psi Concrete Mix for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Tarrant Concrete TCFW6020AHP 4500 psi Concrete Mix for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Tarrant Concrete FW7520AMR 4500 (3000 psi @ 3-days) psi Concrete HES Paving 19/9/2022 03 30 00 Mix Design Tarrant Concrete FW6520AMR 4500 (3000 psi @ 3-days) psi HES Paving 19/9/2022 03 30 00 Mix Design Tarrant Concrete FW5520AMP 3600 psi Concrete for Machine Placed Paving 19/9/2022 03 30 00 Mix Design Tarrant Concrete FW5320A 3000 psi Concrete Mix for Blocking 19/9/2022 03 34 13 Mix Design Tarrant Concrete FWFF150CLSM 50-150 psi Flowable Fill - CLSM 19/9/2022 03 34 13 Mix Design Tarrant Concrete FWFF275 50-150 psi Flowable Fill - CLSM FORT WORTH: CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT Approval Spec No. STANDARD PRODUCTS LIST AS OF 06/27/2023 Classification M.—l-tur" Model No. National Spec Concrete(Continued) 19/9/2022 03 30 00 Mix Design Tarrant Concrete FW6020A2 4000 psi Concrete Mix for Storm Drain Structures 1 10/10/2022 03 30 00 Mix Design Tarrant Concrete TCFW6025A2 4000 psi Concrete for Manholes 1 10/10/2022 03 30 00 Mix Design Tarrant Concrete TCFW5020A 3000 psi Concrete for Sidewalks 19/9/2022 03 30 00 Mix Design Tarrant Concrete FW5025A 3000 psi Concrete Mix for Curb & Gutter, Driveways, Sidewalks, ADA Ramps 19/9/2022 03 30 00 Mix Design Titan Ready Mix 3020AE 3000 psi Concrete for Sidewalks 19/9/2022 03 30 00 Mix Design Tarrant Concrete CP5020A 3000 psi Concrete Mix for Curb and Gutter 19/9/2022 03 30 00 Mix Design Tarrant Concrete FW5525A2 3600 psi Concrete Mix for Sidewalks, Drive Approaches, ADA Ramp 19/9/2022 03 30 00 Mix Design Titan Ready Mix TRC4520 4500 psi Concrete for Hand Placed Paving 19/9/2022 03 30 00 Mix Design True Grit Redi Mix 0250.230 3000 psi Concrete Mix for Flatwork, Curb & Gutter, Driveways, Sidewalks, ADA Ramps 19/9/2022 03 30 00 Mix Design True Grit Redi Mix 270.230 5000 psi Concrete for Hand Placed Paving 19/9/2022 03 30 00 Mix Design True Grit Redi Mix 0250.2301 3000 psi Concret Mix for Curb & Gutter, Driveways, Sidewalks, ADA Ramps 19/9/2022 03 30 00 Mix Design True Grit Redi Mix 0260.2302 4000 psi Concrete Mix for Machine Placed Paving 19/9/2022 03 30 00 Mix Design True Grit Redi Mix 0255.2301 3600 psi Concrete Mix for Machine Placed Paving 19/9/2022 03 30 00 Mix Design True Grit Redi Mix 0260.2301 4500 psi Concrete Mix for Hand Placed Paving 19/9/2022 03 30 00 Mix Design True Grit Redi Mix 0265.2301 4500 psi Concrete Mix for Valley Gutters, Hand Placed Paving 19/9/2022 03 30 00 Mix Design Wise Redi Mix 3678 3600 psi Concrete Mix for Lighting and Traffic Signal Foundations Asphalt PavijV 19/9/2022 32 1216 Mix Design Austin Asphalt FT51)137965 PG64-22 Type D Fine Surface 19/9/2022 32 1216 Mix Design Austin Asphalt DA513135965 PG64-22 Type D Fine Surface 19/9/2022 32 1216 Mix Design Austin Asphalt FT5B117965 PG64-22 Type B Fine Base 19/9/2022 32 1216 Mix Design Austin Asphalt FT1B139965 PG64-22 Type B Fine Base 19/9/2022 32 1216 Mix Design Austin Asphalt FT1B117.2 PG64-22 Type B Fine Base 19/9/2022 32 1216 Mix Design Reynolds Asphalt 1901D PG64-22 Type D Fine Surface 19/9/2022 32 1216 Mix Design Reynolds Asphalt 1112B PG64-22 Type B Fine Base 19/9/2022 32 1216 Mix Design Reynolds Asphalt 1612B PG64-22 Type B Fine Base 19/9/2022 32 1216 Mix Design Sunmount Paving 341DV6422 PG64-22 Type D Fine Surface 1 11/26/2022 32 1216 Mix Design Surmount Paving 340DV6422 PG64-22 Type D Fine Surface 1 12/5/2022 33 1216 Mix Design Sunmount Paving 3076B V6422 PG62-22 Type B Fine Base 19/9/2022 32 1216 Mix Design Surmount Paving 341-BRAP6422ERG PG64-22 Type B Fine Base 19/9/2022 32 1216 Mix Design TXBIT 37-211305-20 PG64-22 Type B Fine Base 19/9/2022 32 1216 Mix Design TXBIT 44-211305-17 PG64-22 Type B Fine Base 19/9/2022 32 1216 Mix Design TXBIT 211305 (1757) PG64-22 Type B Fine Base 19/9/2022 32 1216 Mix Design TXBIT 222475 (1857) PG64-22 Type D Fine Surface 19/9/2022 32 1216 Mix Design TXBIT 29-222475-19 PG64-22 Type D Fine Surface 19/9/2022 32 1216 Mix Design TXBIT 1-222475-20 PG64-22 Type D Fine Surface 19/9/2022 32 1216 Mix Design TXBIT 64-224125-18 PG70-22 Type D Fine Surface 19/9/2022 32 1216 Mix Design TXBIT 12-222475-19 PG64-22 Type D Fine Surface Detectable Warnif Surface 19/9/2022 32 13 20 D 1 - Pavers Pine Hall Brick (Winston Salem, NC) Tactile Pavers 19/9/2022 32 1320 DWS - Pavers Western Brick Co. (Houston, TX) Detectable Warning Pavers 19/9/2022 32 1320 DWS - Composite Engineered Plastics, Inc. (Williamsville. Armor Tile 19/9/2022 32 1320 DWS - Composite ADA Solutions (Wilmington, MA) Heritage Brick CIP Composite Paver 14/7/2023 32 1320 DWS - Pavers ADA Solutions (Wilmington, MA) Detectable Warning Pavers Silicone Joint Sealant 19/9/2022 32 13 73 Joint Sealant Dow 0SL - Cold Applied, Single Component, Silicone Joint Sealant TM D5893 19/9/2022 13 73 Joint Sealant Tremco 0SL - Cold Applied, Single Component, Silicone Joint Sealant TM D5893 19/9/2022 �32 32 1373 Joint Sealant Pecom 0SL - Cold Applied, Single Component, Silicone Joint Sealant iadSaver TM D5893 NTMD5893 19/9/2022 32 1373 Joint Sealant Crafco Silicone - Cold Applied, Single Component, Silicone Joint Sealant Utili Trench Embedment Sand 19/9/2022 33 00 5 1 Embedment Sand Silver Creek Materials Utility Embedment Sand ASTM C33 19/9/2022 33 05 10 Embedment Sand Crouch Materials Utility Embedment Sand ASTM C33 19/9/2022 33 05 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33 19/9/2022 33 05 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33 19/9/2022 33 05 10 Embedment Sand Tin Top Martin Marietta Utility Embedment Sand ASTM C33 FORT WORTH: CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT Approval Spec No. STANDARD PRODUCTS LIST AS OF 06/27/2023 classification Manufacturer Model No. National Spec Frameir Cover, and Grade Rings - Cast Iron ** for Stormwater Structures 19/9/2022 33 05 13 Manhole Frames and Covers Neena Foundry 32" Diameter Liftmate Water Manhole Gasketed Frame and Cover w/Longhom Logo, Model No. NF-1743LT66 19/9/2022 33 05 13 Manhole Frames and Covers Neena Foundry 32" Diameter Liftmate Sanitary Sewer Manhole Frame and Cover w/Longhorn Logo, Model No. NF-1743LT69 19/9/2022 33 05 13 Manhole Frames and Covers SIP Industries 32" Diameter Fort Worth Sanitary Sewer Manhole Frame and Cover, Item No. NF-2280 19/9/2022 33 05 13 Manhole Frames and Covers EJCO Ergo XL Assembly 32" Diameter Sanitary Sewer Manhole Frame and Cover, Model No. 00148021 LO10 19/9/2022 33 05 13 Manhole Frames and Covers Neena Foundry 32" Diameter Liftmate Storm Sewer Junction Box and Manhole Frame and Cover w/Longhom Logo, Model No. NF-1743LTXX 19/9/2022 33 05 13 Manhole Frames and Covers Neena Foundry 24" Diameter Liftmate Storm Sewer Inlet Manhole Frame and Cover w/Longhom Logo, Model No. NF-1650LT61 I9/9/2022 33 05 13 Manhole Frames and Covers AccuCast (Govind Steel Company, Ltd. 24" Diameter MHRC #220605 ** ASTM A48 AASHTO M306 19/9/2022 33 05 13 Manhole Cover Neena Foundry 32" Diameter NF-1274-T91 ASTM A48 AASHTO M306 19/9/2022 33 05 13 Manhole Frames and Covers Neena Foundry 32" DiameterNF-1743-LM (Hinged) ASTM A48 AASHTO M306 19/9/2022 33 05 13 Manhole Frame Neena Foundry 32.25" Diameter NF-1930-30 ASTM A48 AASHTO M306 19/9/2022 33 05 13 Manhole Frames and Covers Neena Foundry 32" Diameter NF-1743-HV ASTM A48 AASHTO M306 I9/9/2022 33 05 13 Manhole Frames and Covers SIP Industries 24" Diameter 2279ST>•<>•< ASTM A48 AASHTO M306 19/9/2022 33 05 13 Manhole Frames and Covers SIP Industries 32" Diameter 2280ST ASTM A48 AASHTO M306 19/9/2022 33 05 13 Manhole Frames and Covers EJCO 32.25" Diameter EJ1033 X2/A ASTM A48 AASHTO M306 **Note: All new development and new installation manhole lids shall meet the minimum 30" opening requirement as specified in City Specification 33 0513. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers. Reinforced Concrete Storm Drain Pipe/Culverts 19/9/2022 3341 10 Precast Box Culverts Forterra Precast Box Culverts 19/9/2022 3341 10 Concrete Pipe Wyes and Bends Forterra RCP Wye and Bends 19/9/2022 33 49 10 Precast Box Culverts Rinker Materials Rinker Materials Reinforced Concrete Box Culvert ASTM C789, C850 ASTM C789, C850 19/9/2022 33 49 10 Concrete Pipe Rinker Materials Rinker Materials Reinforced Concrete Pipe Tongue and Groove Joint Pipe ASTM C76, C655 ASTM C76, C655 19/9/2022 3341 10 Concrete Pipe Forterra Reinforced Concrete Pipe - Tongue and Groove +D48 Polypropylene Storm Drain Pipe 19/9/2022 13341 13 1 Polypropylene Pipe Advanced Drainage Systems, Inc. HP Polypropylene Storm Drain Pipe II Storm Drain ianholes and Junction Boxes 19/9/2022 33 49 10 Stacked Manhole Oldcastle Precast 4' x 4' Stacked Manhole ASTM C478 19/9/2022 33 49 10 Junction Box Oldcastle Precast 5' x 8' Storm Junction Box ASTM C478 19/9/2022 33 49 10 Junction Box Oldcastle Precast 4' x 4' Storm Junction Box ASTM C478 19/9/2022 33 49 10 Junction Box Oldcastle Precast 5' x 5' Storm Junction Box ASTM C478 19/9/2022 33 49 10 Junction Box Oldcastle Precast 6' x 6' Storm Junction Box ASTM C478 19/9/2022 33 49 10 Junction Box Oldcastle Precast 8' x 8' Storm Junction Box Base ASTM C478 19/9/2022 33 49 10 Junction Box Oldcastle Precast 5' x 8' Storm Junction Box Base ASTM C478 19/9/2022 33 49 10 Junction Box Cowtown Redi Mix No. 260-2 6 Sack 3600 psi Concrete for Concrete Collars ACI 318-14 19/9/2022 33 49 10 Manhole Rinker Materials Rinker Materials Reinforced 48" Diameter Spread Footing Manhole ASTM C433 19/9/2022 33 49 10 Manhole Connector Trelleborg Engineered Systems Kor-N-Seal 106/406 Series Pipe to Manhole Connector ASTM C923 19/9/2022 33 49 10 Junction Box Forterra 4' x 4' FRT-4x4-409-PRECAST-BASE ASTM C913 19/9/2022 33 49 10 Junction Box Forterra 5' x 5' FRT-5x5-409-PRECAST-TOP ASTM C913 19/9/2022 33 49 10 Junction Box Forterra 5' x 5' FRT-5x5-409-PRECAST-BASE ASTM C913 19/9/2022 33 49 10 Junction Box Forterra 6' x 6' FRT-6x6-409-PRECAST-TOP ASTM C913 19/9/2022 33 49 10 Junction Box Forterra 6' x 6' FRT-6x6-409-PRECAST-BASE ASTM C913 19/9/2022 33 49 10 Junction Box Thompson Pipe Group 4'x 4' TPG-4x4-409-PRECAST TOP ASTM C615 19/9/2022 33 49 10 Junction Box Thompson Pipe Group 4'x 4' TPG-4x4-409-PRECAST BASE ASTM C615 19/9/2022 33 49 10 Junction Box Thompson Pipe Group 4'x 4' TPG-4x4-412-PRECAST 4-FT RISER ASTM C615 19/9/2022 33 49 10 Junction Box Thompson Pipe Group 5 'x 5' TPG-5x5-410-PRECAST TOP ASTM C615 19/9/2022 33 49 10 Junction Box Thompson Pipe Group 5 'x 5' TPG-5x5-410-PRECAST BASE ASTM C615 19/9/2022 33 49 10 Junction Box Thompson Pipe Group 5'x 5' TPG-5x5-412-PRECAST 5-FT RISER ASTM C615 19/9/2022 33 49 10 Junction Box Thompson Pipe Group 6'x 6' TPG-6x6-411-PRECAST TOP ASTM C615 19/9/2022 33 49 10 Junction Box Thompson Pipe Group 6'x 6' TPG-6x6-411-PRECAST BASE ASTM C615 19/9/2022 33 49 10 Junction Box Thompson Pipe Group 6'x 6' TPG-6x6-412-PRECAST 6-FT RISER ASTM C615 19/9/2022 33 49 10 Junction Box Thompson Pipe Group 7'x 7' TPG-7x7-411-PRECAST TOP ASTM C615 19/9/2022 33 49 10 Junction Box Thompson Pipe Group 7'x 7' TPG-7x7-411-PRECAST BASE ASTM C615 19/9/2022 33 49 10 Junction Box Thompson Pipe Group 7'x 7' TPG-7x7-412-PRECAST 4-FT RISER ASTM C615 19/9/2022 33 49 10 Junction Box Thompson Pipe Group 8 'x 8' TPG-8x8-411-PRECAST TOP ASTM C615 19/9/2022 33 49 10 Junction Box Thompson Pipe Group 8 'x 8' TPG-8x8-411-PRECAST BASE ASTM C615 19/9/2022 33 49 10 Junction Box Thompson Pipe Group 8 'x 8' TPG-8x8-412-PRECAST 5-FT RISER ASTM C615 FORT WORTH: CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT Approval Spec No. STANDARD PRODUCTS LIST AS OF 06/27/2023 Classification Manufacturer Model No. National Spec Storm Drain Curb and Drop Inlets 19/9/2022 33 49 20 Curb Inlets Forterra 10' x 3' FRT-lOx3-405-PRECAST ASTM C913 19/9/2022 33 49 20 Curb Inlets Forterra 10' x 3' FRT-lOx3-406-PRECAST ASTM C913 19/9/2022 33 49 20 Curb Inlets Forterra 10' x 4.5' FRT-lOx4-407-PRECAST ASTM C913 19/9/2022 33 49 20 Curb Inlets Forterra I O' x 4.5' FRT-1 Ox4-420-PRECAST ASTM C913 19/9/2022 33 49 20 Junction Box Forterra 4' x 4' FRT-4x4-409-PRECAST-TOP ASTM C913 19/9/2022 33 49 20 Curb Inlet Thompson Pipe Group 10' x 3' TPG-lOx3-405-PRECAST INLET ASTM C615 19/9/2022 33 49 20 Curb Inlet Thompson Pipe Group 15' x 3' TPG-15x3-405-PRECAST INLET ASTM C615 19/9/2022 33 49 20 Curb Inlet Thompson Pipe Group 20' x 3' TPG-20X3-405-PRECAST INLET ASTM C615 19/9/2022 33 49 20 Drop Inlet Thompson Pipe Group 4' x 4' TPG-4X4-408-PRECAST INLET ASTM C615 19/9/2022 33 49 20 Drop Inlet Thompson Pipe Group 5' x 5' TPG-5X5-408-PRECAST INLET ASTM C615 19/9/2022 33 49 20 Drop Inlet Thompson Pipe Group G x 6' TPG-6X6-408-PRECAST INLET ASTM C615 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/07/2023 Note: All water or sewer pipe larger than 1S inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding maybe required for some pipes. Approval IModel INational Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) ` 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM D2240/D412/1)792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MIR. Press -Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH 1126199 33 05 13 HOPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System er - Manholes & Bases/Fiberelass 33-39-13 (1/8/13 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowti[e ASTM 3153 Non -traffic area 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area 1 j Water & Sewer - Manholes & Bases/Frames & Covers/Rectammlar 33-05-13 (Rev 2/3/16) 1 * 33 05 13 (Manholc Frames and Covers Western Iron Works, Bass & Hays Foundry 1001 24"x40" WE) Water & Sewer - Manholes & Bases/Frames & Covers/Standard Boundl 33-05-13 (Rev 2/3/16) 3305 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. 1 08/24/18 3305 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 1 08/24/18 3305 13 Manhole Frames and Covers Neenah Foundry R- 165-LM (Hinged) ASTM A48 & AASHTO M306 24" Dia. 1 08/24/18 3305 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 1 08/24/18 3305 13 Manhole Frames and Covers Neenah Foundry R-1743-LM (Hinged) ASTM A48 & AASHTO M306 30" dia. 1 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 1 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 1 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 1 33 05 13 Manhole Frames and Covers Neenah Casting 24" dia. 1 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 1 7/25/03 3305 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. 1 01/31/06 3305 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASFITO M306-04 30" Dia. 11/02/10 3305 13 30" Dia. MH Ring and Cover Sigma Corporation MH165IFWN & MH16502 30" Dia 1 07/19/1 t 3305 13 30" Dia. MH Ring and Cover Star Pipe Products NIH32FTWSS-DC 30" Dia 1 08/10/11 3305 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 30" ERGO XL Assembly 10/14/13 3305 13 30" Dia. MH Ring and Cover, (Hinged & Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Gasket ASSEITO MI 05 & ASTM A536 30" Dia 06/01/17 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. CAP-ONE-30-FTW, Composite, w/ Lack .111111 33 OS 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hmg 30" Dia. 10/07/21 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water &der - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/1� 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. * 3305 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 3305 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 3305 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 3305 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. �Wr - Manholes & Bases/Precast Concrete l2ev 33 39 10 Manhole, Precast Concrete 1/8/13 Hydro Conduit Corp SPL Item 449 ASTM C 478 41" * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. hic. ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" 10/27/06 33 39 10 Manhole, Precast Concrete Oldeastle Precast Inc. 48" I.D. Manhole w/ 24" Cone ASTM C 478 48" Diam w 24" Ring 1 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Conaete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 1 09/06/19 33 3920 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 3920 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 3920 Manhole, Precast (Hybrid) Polymer & PVC Predl Systems 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas ASTM C-478; ASTM C-923; 03/07/23 33 3920 Manhole, Precast Concrete AmeriTex Pi a and Products, LLC 48" & 10" I.D. Manhole w/32" Cone ASTM C-443 03/07/23 33 3920 IManhole, Precast (Reinforced Pol er) Concrete P3 Polymers, RockHards 48" & 60" I.D. Manhole w/32" Cone 04/28/07 IManholc, Precast (Reinforced Polymcr) Concrete Amitech USA Meyer Polycrete Pipe Eater & Sewer - Manholes & Bases/Rehab Svstems/Cementitlous EI-14 Manhole Rehab Systems Quadex 04/23/01 EI-14 Manhole Rehab Systems Standard Cement Materials, Inc. Relmer MSP E1-14 Manhole Rehab Systems AP/M Permaform 4120101 E I-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 EI-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Mise. Use * From Original Standard Products List CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/07/2023 Note: All water or sewer pipe larger than 1S inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding maybe required for some pipes. Approv pec No./ IManufacturer Model1. National Spec Water &Sewer - an o es Bases/Rehab Svstems/NonCementitiousI mmmmw`Moir 05/ 00/96 E1-14 Manhole Rehab Systems Sprayroa, Spray Wall Polyurethane Coating ASTM D639/D790 I 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) Structures Only I01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1BB, Sl, S2 Acid Resistance Test Sewer Applications I8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications » v�33 nu�pP�ooung i�P�ayolloull- x `Structures 03/19/18 I 39 20� Coating for Corrosion orotection(Exterim) Sherwin Williams Grade (Asohatic Emulsion) Only I 33 05 13 Manhole Insert ME Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. I * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. I I * 3305 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. I I 09/23/96 3305 13 Manhole Insert Scuthwestcon Packing & Seals, Inc. Lifesaver - Stainless Steel For 24" dia. I I 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia I I 711111.72 ara e�Sewer - Pine Casim SDacers 33-05-24 (07/01/13) I Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI IO2/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI I04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers I09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" I09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casin Spacers Up to 48" I 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainleas Steel) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 PEW I Water & Sewer - Pines/Ductile Iron 33-11-10(1/8/13) i I * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AW WA C150, C151 3" thrn 24" OS/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AW WA C150, C151 4" thrn 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AW WA C150, C151 4" thin 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AW WA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AW WA C150, C151 I Water & Sewer - Utility Line Marker (08/24/2018) I I ewer - Coatinss/EDD -39-60 (01/08/13) I INEK 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 21 ORS LA County 9210-1.33 I 12/14/01 Epmv Lmmg System Ertech Technical Coatings Ertcch 2030 and 2100 Series I I 04/14/05 Interim Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only I I01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, Sl, S2 Acid Resistance Test Sewer Applications I I8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications I I INNE Sewer - Coatings/Polvurethane I I Sewer - Combination Air Valves I I 05/25/18 I 33-31-70 Air Release Valve A.R.I. USA, Inc. D121LTP02(Compwite Body) 2" I I Sewer - Pines/Concrete I * EI-04 C. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 I E I-04 Conc. Pipe, Reinforced Hydro Condun Corporation Class III T&G, SPL Item #77 ASTM C 76 I I E I-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL item 495 hirsaliele, 998 Pipe ASTM C 76 I IE I-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 I I Sewer - Pine Enlargment Svstem (Method)33-31-23 (01/18/13). I Svstem PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously �Plm McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously I TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously I I Sewer - PiDe/Fibere as_ss Reinforced/ 33-31-13(1/8/13) I Hobas Pipe USA, Inc. Holies Pipe (Non -Pressure) ASTM D3262/D3754 I 7/21 /97 33 31 13 Cent. Cast Fiberglass (FRP) I 03/22/10 333 13 Fiberglass It,. (FRP) Ameroa Bondstmod RPMP Pipe AST- D3262-3154 I 04/09/21 33 31 13 Glass -Fiber Reinforced Polviner Pipe FRP Thompson Pie Group Thompson Pipe Flowtite ASTM D32621D3754 03/07/23 3331 13 lFiber.lass Pine (FRP) Future Pine Industries Fiberstron¢ FRP ASTM D3212. ASTM D3681. ASTM D4161. AW WA M45 Sewer - PiDe/Polvmer Pine 4/14/OS Polvmer Modified Concrete Pioe Amrtech USA Meyer Polycrete Pioe ASTM C33, A276, F477 8" tp 1112", Class V I06/09/10 El-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pioe ASTM C-76 I I I /HDPE 33-31-23(1/8/13) * From Original Standard Products List CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/07/2023 Note: All water or sewer pipe larder than 1S inch diameter shall be approved for use by the Water Department on a proiect specific basis. Special bedding maybe required for some I ' hdsity polyethylene pipe Phillips Driswpipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" I * gh-density polyethylene pipe �'Ih�gh_d_maitv PI- Inc. ASTM D 1248 8" * gh-density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8" polyethylene pipe CSR Hydro CondmUPioelme Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - PiDes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-1� DR -Id PVC Pressure Pipe Prpelife Jetstream PVC PressurePipe AWWA C900 4"[tiro 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AW WA C900 4" thru 12" 33-31-20 PVC Sewer Poe 12/23/97* 33-31-20 PVC Sewer Pipe * 33-31-20 PVC Sewer Pipe 01/18/18 33-31-20 PVC Sewer Pipe 11/11/98 33-31-20 PVC Sewer Pipe * 33-31-20 PVC Sewer Pipe 09/11/12 33-31-20 PVC Sewer 05/06/05 33-31-20 , PVC Sohd Wall Pipe 04/27/06 33-31-20 PVC Sewer Fittings * 33-31-20 PVC Sewer Fittings 1 3/19/2018 33 3120 PVC Sewer Pipe 1 3/19/2018 33 3120 PVC Sewer Pre 1 3/29/2019 33 3120 Gasketed Fittings (PVC) 1 10/21/2020 33 3120 PVC Sewer Pipe 1 10/22/2020 33 3120 PVC Sewer Pipe 1 10/21/2020 33 3120 PVC Sewer Pipe P 33-31-12 1 * Cured in Place Pipe 05/03/99 Cured in Place Ape 05/29/96 Cured in Place Pipe Sewer - Pipes/Rehab/Fold & Form Fold and Form Pi 11/03/98 Fold and Form Pipe Fold and Form Pipe 12/04/00 Fold and Form Pipe 06/09/03 Fold and Form Pipe 1-M Manufacturing Co., Inc. (JM Eagle) Diamond Plastics Corporation Lamson Vylon Pipe Vinyltech PVC Pipe Diamond Plastics Corporation J-M Manufacturing Co, Inc. (JM Eagle) P,qq life Jet Stream Diamond Plastics Corporation Harco Plastic Trends, Inc.(Westlak ) Pipelife Jet Stream Pipelife Jet Stream GPK Products, Inc. NAPCO(Westlake) Sanderson Pipe Corp. NAPCO(Westlake) Insimfrrm Texark, Inc National Envirotech Group Remolds Inc/Inliner Technolgy (Inliner USA) Cullum Pipe Systems, Inc. Insimfirm Technologies, Inc. American Pipe & Plastics, Inc. Ultralmer Miller Pipeline Corp. Sewer - PiDes/ODen Prot -de Laree Diameter i 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Lamson Vvlon Pipe 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Extmsim Technologies, Inc. E100-2 PVC Sewer Pipe, Ribbed Up -or ETI Company 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double Wall Advanced Drainage Systems (ADS) 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple Wall Advanced Drainage Systems (ADS) 05/16/11 Steel Reinforced Polyethylene Pipe ConTech Construction Products 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 Finings SDR 35 SDR 26 SDR 26 SDR 26 SDR 26 SDR 26/35 PS 115/46 National Liner, (SPL) Item #27 Inliner Technology Insim "NuPIpe" Ultralmer PVC Alloy Pipelmer EX Method Carlon Vylon H.C. Closed Profile Pipe, Ultra -Rib Open Profile Sewer Pipe SaniTite HP Double Wall (Corrugated) SamTne HP Triple Wall Pipe Durmaxx 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 ASTM F 1216 ASTM F-1216/D-5813 ASTM F 1216 ASTM F-1504 ASTM F-1504, 1871, 1867 ASTM F-1504, F-1947 ASTM F 679 ASTM F 679 ASTM F 2736 ASTM F 2764 ASTM F 2562 4" - 15" 4" thru 15" 4" thru 15" 4" thru 15" 18" to 27" 18" - 28" 18" 18" to 48" 4" - 11" 18"- 24" 4"- 15" 4"- 15" 4" - 15" 4"- 15" 18"- 36" Demo. Purpose Only Up to 18" diameter 18" to 48" 18" to 48" 24"-30" 30" to 60" 24" to 72" * From Original Standard Products List CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/07/2023 Note: All water or sewer pipe larger than 1S inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding maybe required for some pipes. Approval Spec I on 1W Manufacturer Model1. National Spec Water - Aoour�enancesgig -10 (07/Ol/13) Ol/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2"SVC, no 124"Pipe 08/28/02 Double Strap Saddle Smith Blair 4317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double StrapService Saddle Mueller Company U-S Double SS Strap DI Saddle AWWA C800 1"-2" SVC, u to 24" Pi e 03/07/23 33-12-10 Double StrapService Saddle Powerseal 3450AS, Inc. Corp. Stop, ON Strap, Stainless NSF ANSI 372 1"-2" SVC, u to 24 Pi e 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 610MT 3/4" and 1" 10/27/87 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 610UM, 6100TM and 6101M 1 h" and 2" FB600-7NL, FB1600-7-NL, FV23-777-W-NL, 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. L22-77NL AWWA C800 2" FB600-6-NL, FB1600-6-NL, FV23-666-W- 1111018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, L22-66NL AWWA C800 1-1/2" FB600-4-NL, FB1600-4-NL, B11-444-WR- 1111018 33-12-1. Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, B22444-WR-NL, L28-44NL AWWA C800 I " 13-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSF 61, 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 _ B-25000N, B-20200N-3, B-24277N-3,H- AWWA C800, ANSF 61, 1111.1. 33-12-1. Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 1-1/2" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15530N ANSI/NSF 372 V, 01/26/00 Coated Tapping Saddle with Double SS Straps 1CM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) 1CM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) 1CM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-1" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DFW Plastics lnc. DFW37C-12-lEPAFFTW Plastic Meter Box w/Composite Lid DFW Plastics lnc. DFW39C-12-lEPAFFTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-lEPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 r Water - Combination Air Release 33-31-70 (01/08/13) 1 E I -I I Au Release Valve GA Industries, Inc. Empve Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" &W21' * EI-11 [oribriation ombmation Ar Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2" EI-11 ombination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3" Water Barrel Fire Hvdrants 10/Ol/87 E-1-12 Dry Barrel Fire Hydrant American -Darting Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 0.1.7 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 Shop Drawings No. 6461 t0/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Centurion AW WA C-502 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer WB67 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EI (East Jordan Iron Works) WaterMaster 5CD250 I 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/07/2023 Note: All water or sewer pipe larger than 1S inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding maybe required for some pipes. Approval IModel INational Water -Pines/PVC(Pressure Waterl33-31-70(01/08/13) -W MEL M` —AL I 01/18/18 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 ASTM D1784 V-12" I I 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" I I 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" I I 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12" I 5/25/2018 3311 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24" AWWA C900-16 UL 1285 12/6/2018 3311 12 PVC Pressure Pipe J-M Manufacnrring Co., Inc d/b/a JM Eagle DR 14 ANSI/NSF 61 4"-28" FM 1612 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 ° 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4"-12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"- 12" I Water - Pines/Valves & Fittin¢s/Ductile Iron Fittines 33--11 (01/08/13) I 07/23/92 EI-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Finings AW WA C153 & C110 I EI-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittiq @ AWWA C 110 I * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilmes Division Mechanical Joint Finings, SSB lass 350 AWWA C 153, C 110, C 111 I 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Finings, SSB Class 351 AWWA C 153, C 110, C 112 I 02/26/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AW WA C153 4"-12" I 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1400 AW WA C111/C153 4" to 36" I 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle -Lock AW WA C111/C153 4" to 24" I 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AWWA C111/C116/C153 4" to 12" I I 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AWWA C111/C116/C153 4" to 42" I I 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, hic. Megalug Series 2000 (for PVC Pipe) AWWA C111/C116/C153 4" to 24" I I 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC10 AW WA C111/C153 4" to 10" I I 03/06/19 33-11-11 Mechanical Joint Retainer GlandaFVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AW WA C111/C153 4" to 12" I I 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AW WA C111/C153 12" to 24" I I 08/10/98 E1-07 MJ Fiffir IP) Sigma, Co. Sigma One-Lok SLDE AW WA C153 4" - 24" I I 10/12/10 E1-24 Interim Restrained Joint Svatem S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" I I 08/16/06 E1-07 Mechanical Joint Fittings SIP Ind-nies(Serampore) Mechanical Joint Fittings AW WA C153 4" to 24" I I 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AW WA CI I I I I 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stmgrip Series 3000 ASTM A536 AW WA CI I I I EZ Grip Joint Restraint (EZD) Black For DIP 03/19/18 33-11-I1 Mechanical Joint Retainer Glands SIP Industries(Seramnore) ASTM A536 AW WA CI I I 3"-48" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) DRl4 PVC Ape ASTM A536 AW WA CI I I 4"-12" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Sersmpore) �` vuP, V11i. nn, oa„ �,.t.�`VJ nGLL �V1 �J°✓ ASTM A536 AW WA CI11 16"-24" I Water - Pioes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15). I Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16" I 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36" I I 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AW WA C515 20" and 24" I I 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AWWA C515 16" I I 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AWWA C515 4" to 12" I I 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48" I I 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seeded GV AWWA C509 4" to 12" I I01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller I I * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" I I E1-26 Resilient Seated Gate Valve M&H 4" - 12" I I * E1-26 Resilient Seated Gate Valve Mueller Co. 4" - 12" I I 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AWWA C515 16" I I 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AWWA C515 24" and smaller I 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AW WA C515 30" and 36" I 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AW WA C515 42" and 48" I 01/28/88 EI-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4" - 12" I 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AW WA C515 16" I 11/08/99 EI-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AW WA C515 24" and smaller I 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3) 11/30/12 Resilient We Crate Valve Clow Valve Co. Clow Valve Model 2638 AW WA C515 24" to 48" (Nora 3) 05/08/91 E1-26 Resilient Seat Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem, 4" - 12" I E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. Mcoesw1250, regwremerts SPL #74 3" to 16" 11/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) EJ Fluo Master Gat. Valve & Boxes 08/24/18 I Mateo Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16" I * From Original Standard Products List FORT WORTH® Note: All water or CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST than 1S inch diameter shall be approved for use by the Water basis. for some Updated: 03/07/2023 I * E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. AW WA C-504 24" I * E1-30 Rubber Seated ButterFly Valve Mueller Co. AW WA C-504 24"and smaller 1/11/99 E1-30 Rubber Seated Butterfly Valve De ik Valves Co. AW WA C-504 24" and larger 06/12/03 E1-30 Valmatm American Butterfly Valve Valmanc Valve and Manufacturing Cert. Valmatic American Butterfly Valve. AW WA C-504 Up to 84" diameter 04/06/07 E1-30 Rubber Seated ButterFly Valve M&H Valve M&H Style 4500 & 1450 AW WA C-504 24" to 48" 03/19/18 33 12 21 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AW WA C504 Butterfly Valve AW WA C-504 30"-54" Water�ne Encasement 33-11-10 (01/08/13) 05/12/OS EI-13 Polyethylene Encasment Flessol Packaging Fulton Enterprises AW WA C105 8 mil LLD 05/12/05 EI-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AW WA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AW WA C105 8 mil LLD 09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AW WA C105 8 mil LLD Water - Samnlint= Station 03/07/23 33 12 50 Water Sam lin Station I Eclipse Number 88 , 12-inch Depth of Bur As shown in spec. 33 12 50 00,1,-k Water - Automatic Flusher Automated Flushing System Mueller Hydrogaud HG2-A-IN-2-PVC-018-LPLG(Permanent) 04/09/21 Automated Flushing System Kupf le Foundry Company Eclipse #9800wc 04/09/21 Automated Flushing System Kupf le Foundry Company Eclipse 99700 (Portable) * From Original Standard Products List