Loading...
HomeMy WebLinkAboutContract 58975-PM1CSC No. 58975-PM1 FART WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF STREET LIGHT IMPROVEMENT TO SERVE: Clifton Riverside Multifamily IPRC Record No. 22-0011 City Project No. 103898 FID No. 30114-0200431-103898 EO7685 File No. K-2892 Mattie Parker David Cooke Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Lauren Prieur P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth January 2024 mama 519 E. Border Street Arlington, TX 76010 www.mmatexas.com ataylor@mmatexas.com tbpe #f-2759 a o ANDREA E. TAYLOR 124055 t N4`1, L d 1 / /2024 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions nn�3 ln.yit tie t Bidders nn�3 irs+..,,etiors t Last Revised 03/20/2020 004100 00 42 43 0043 3 Bidders Bid Form Proposal Form Unit Price Bid Ben 03/20/2020 040:2,12014 05/22/2019 040:2,12014 0045 11 Bidders U,-o,,u l:fieatio 's Prequalification Statemen nn in s 09/01/2015 0045 12 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 nQ i 0045 40 00 52 43 Mine -ity Btisi ess Enterprise Goal Agreement a 06/16/2016 00 61 25 nn� Certificate of Insurance nerf;,..ma-aee Derma 07/01/2011 0 i�z 00 6:2 14 00 62 19 00 7:00 Pay-..,en4 Bend Maintenance Bond Generai renditions 0 i�z 01/31/2012 i ii i ii T 00 73 00 0073 10 c„rri oment., -y Conditions Standard City Conditions of the Construction Contract for Developer 07 in i 1120 i 01/10/2013 Awarded Projects Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 013120 � PYO_�Ot Meetings mini /20i i �n 01 32 33 Preconstruction Video 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 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 Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 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: htti):Hfortworthtexas.eov/ti)w/contractors/ or htti)s:Happs.fortworthtexas.eov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 12/20/2012 0241 14 Utility Removal/Abandonment 12/20/2012 02 11 15 P.,, ing R o„ ev ,1 mine Division 03 - Concrete 03 311 13 Controlled Low Strengtl, ra.,to,-ia (rI crag 12i�12 03 34 r Base so TR to,; 1 or-r en t, now.,;,. 12iz 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 C .-n!,'4Suni,,, teas >\,r„lt; Duet Conduit mi d Division 31- Earthwork 3123 �v v =,-=-vrry i3 3, 2323 Beffe n1 io 4�t3 31 2n nn > 1 n1 io 4�14 �rz�-vv ,�i1 � lin�t3t6 31 25 00 Erosion and Sediment Control 12/20/2012 313600 Cabions 12�tz 21�0 Ripfap 171 /7z Division 32 - Exterior Improvements 32 011117 Do,.,, ane t Asphalt It Paving D 12/20/2012 3201 18 -%-irrr Repat 12�12 27�; !`.,n.,,-ete Paving U o,..ai 1 7 �7zzrzvnviz 322 1123 Fle,dble Base r,,,,,ses 112i�lz 322 1129 Lime T-eeAe,l Base r,,,,, ses 1 � i�12 32 1137 Liquid T.-ea4e l c �T ol i, Ft�licvr 08Q2015 27�v ADr)halt Ba- ng 12�lz 32 127Aor),balt 1\ .4ag r, aek c o.,1.,,# 11 i�lz CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 27�cv Go ete Sidewalks, Dr-i ,o. ays andnarrt'r rwa Ramps 06/0$ �3 Goner-ete Pm,ing joint Sealants z � 32 14 16 Brick UnitPaving 1 71 /7 -2 27�3 r,,, erete Curb andGutters and Valley Gutters 1 n/ni-or, 5/ 016 32'7 25 rufb A.1.1,- t' �1oar Fi�m�lrzg 11 /0442011 Z7�3 Cl-mix ran a r"t"s Q011201-2 32 �! 26 Wire Fences and mates QQ0,12012 Z7�3 East -in Pia Goner-ete Retaining Walls 96/054201,8 3-2 -rr-r9 rtravravzz 32 92213 Hydro Mulching, S&ding, and Sodding 1'/'�12 3293 43- Trees d aArulm QQ0,12012 Division 33 - Utilities ZZ�v S"wef and >,a Oo To3�ing 11 �//� 33 04 10 joint B.,,�..1;.�....,,�..1 gleet,iea isolation 1790/2017 �--vrry rtravravzz 33 04 11r Ge- r.,,�.tfo 'Test Stations 17 --�-T,90/20z T✓--vrz Magnesitnn Anode Cathedie Pfeteetion System rtrs-vravzz 3 2�v Tempof af y 3AW/-r:ids 07 /non 22�o Cleaning and A,.eepta e Testing .,FW.,to,- Mains 02,106,12� 22�o Utility Tr"ne T.'.Teayat:on :.•7,....offt ,,..1 >?� 12/1� /moo 33 05 12 xx7"t Line Lowering � 17/�n/2012 �✓--�rz r�rzv�zvrt 33 05 13.10 Ff a Grade Rings n1 92,12 1 � Ts-v�-rrr£�����,- •,,� C6m�9S�t� mr�vzv 3 Valve a -ad Other- Stmetur-es to 7 1 �,,�1,� N z Gfade 22�6 Gonefete xx7.,t Vai Its 17/7i Q0A2vii 32�T Gonefete Cellar-s 17/7 z �--05-20 Anger-vnxig �r2020r2 33 05 22 Steel Casing Pipe 12/20/2012 33 05 23 1 � OA2012 T✓--/v���-z� �sr=-vrry iz --05 24 r/.I7mo: Pip in Casing of Tunnel r ; of Dl"to 06/19/r2013 33 05 26 Utility >\lar-k "/r „""ter- 12/20/2nl � 22�o T ,.,. &f E,,,- tinVies 1 /2012 33 1 1 05 BE t" T.1 s a -a Gaskets 1 � OA2012 T✓-rr-v� , , rt,-=-vr=vzz 33 1 1 1 o Ductile lfe Aipe 12/20/20 2 ?1-3 11 11 Dt*tih lrb-r. Fittings 12/'�12 ✓� 11 12 Polyvinyl Ghlefide (PVC) Pr-esstffe Pipe 111 1 n 8 3-3 11 13 GenefetePres„r ,—.,-fap,����R�e 11 1 I uufiea Stool Pipe and Fitting !XNA2012 33 1210 xx7"t S 1 t 02/10 n/ ��-a�cr�crrrcl, � lid T✓-z rzv rLravravzz 3 12 21 A xx W A Rubber- Seated Bt e -fly x7.,1.,"" !X20,12012 CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS 103898 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 22 12 2c �zza Gof eet er + >✓ xt re.->\Uin n2/n�/2n12 cvraicccivrr-c0 �7lll%1.TY� `xrJ vzrvvravz� 23 1230 rCi' 5�1'%i '.r�!(/.�a a4ve Assemblies-fv : Potable v latef Systems 1 7 /7/2012 F;,- n 1 /no 2�044 33 1240 2 2�0 22�0 Hydrants s: FP�:iXil„ .c i0�%140 1 2 /20 /2012 Standafd Blow a f-f Valve Assembly 0649/20113 22�z 22�3 Gur-e.1 i Dl.,ee Pipe (GIDU\ 12/2042012 Fiber -glass Rein f ,-ee Pipe for- (`_,-.,.,:k�C.o1�1�ir�j' 6 12/2�Q0,12012 22� 22�0 High Density Polyethylene (14PPE) Pipe Fb Sander, Sewer QQ0,12012 Polyvinyl Chloride (PVC) !`_,-ayity Samna.- Sewer Pipe 06,19r2014 333121 �T Del.,..i"! Gh e-;,1e /Ux7!`\ Posed Defile !� .,., Sa-a tafy Sewer- 12 Nn/2�M2 z 2 2�z 22� Sanitary Se &. Viff, 1-i^. ing QQ0,12012 Sanitary Sewer Pipe E„1arge,M,e12/2 z 22�0 �..oxnkii.�t%an 333170 Saaitai=y Sewer- ce....;ee renneetions and ce-..;ee r ; e nn/24� A;,- A7a ve Cewe,- �1..-..e TiT.,;.-.., 12 C .mfar Eanitarr,- ,90/2012� 22�0 22�0 Cast in Plaoo Corso olso 12/� n/�2 Preeast Ge..,,,-ete TR.,nhole.. 12 O/2012 1290/2012 33 3930 22�0 2 2�0 22�0 Fibe,-glass Manholes Wastewater- neeess Chamber- (WAG) 1290/2nozlz >r,.w. Line r c anitar; c ewe, tp etufes 1 2 90 /20z1 2 Reinforced Co e,-ete Ste..,v, Sewern;,.e/G„hefts n�/n�14 22�= High Density Delyethylene(7 Dr) Pip* i� r12/2-0r201r2 22n�L Reinforced Delyet lene E) lkfa 11 /1 s . 33 0 33 4601 S�' 12,90,12012 SlAtted biir n Dfait+s n� /n�14- 33 4602 Tr€nOt 1)mi,.gc n� /n�1 22�0 22�0 Cast i Dl.,ee TR.,nl.eleo cr__d 12 0,12npz12 1290/2012 22�0 Curb and Drop inlets Storm 7 &rage ue.,,7.t,..11s and W;n.,..,.,lls 07/0z Division 34 - 2A�0 2n n�no.l1 Transportation T-affe c:,aaI 10/1�15 AttaEhmentA GentFellef Gabinet 12/1�15 Att&Ehment B Goi3tfelleropeeif ec'1•tiefi 2n n�02 24 41 10.03 2n� 2n� 3,1 11 15 Attaehmen4tSoftware ipeeifieativii 01,12012 Temp rr-affe Signals 11 /2�n ve,.,oyin. T-.,sae Signals 12/220/2012 Reetai3gular P��:a Flashing Be ee11 /2Tr 22/20i3 24 41 1Pedob\t6xi11 N2/2013 24 4120 Readw IlluxKxiatja . Assemblies 1212/2�n/20z12 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 24 4120.02 ��.e�i��r�s Ffeew ., LED ne.,dw ., r 06/10 c�� 24 4120.03 � r r 01 Resid�tial �T'�a3- .�,rnlii��ras o6/15/20ar-5 , �o 34 4130 2n�0 1 �/2n>3 �'11unlinuirl E'igi� 11n2 1e !Y7/2vzTMQ016 3471 13 Single 44E) Fiber- Opt;e Cable Traffic Control 11/22/2013 CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS 103898 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 Appendix GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised March 20, 2020 UNIT PRICE BID Bidlist Item No. 1 2 3 4 5 6 7 8 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM 00 42 43 DAP - BID PROPOSAL Page 1 of 1 Bidder's Application Project Item Information Description Specification I Unit of Bid Section No. Measure Quantity UNIT V: STREET LIGHTING IMPROVEMENTS 2605.3118 Furnish/Install Conduit -Schedule 80 PVC 2 26 05 33 LF 356 3441.1502 Ground Box Type B, w/Apron 3441 10 EA 2 3441.3037 Furnish/Install 10' - 14' Washington Standard 3441 20 Light Pole & Fixture LED EA 5 3441.3303 Rdwy Ilium Foundation TY 7 34 41 20 EA 5 3441.3323 Furnish/Install 8' Wood Light Pole Arm 34 41 20 EA 2 3441.1413 NO 6 Bare Elect. Condr SLID 34 41 20 EA 356 3441.3201 LED Lighting Fixture 34 41 20 EA 2 3441.1771 Furnish/Install 120-240V Single Ph. Metered 34 41 20 Pedestal EA 1 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS Bid Summary UNIT V: STREET LIGHTING IMPROVEMENTS Total Construction Bid This Bid is submitted by the entity named below: BIDDER: Hurst Electric 229 W. Hurst Blvd Hurst, Texas 76053 (817) 268-3000 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. Bidder's Proposal Unit Price I Bid Value $83.17 $29,608.521 $2,101.12 $4,202.241 $4,895.89 $24,479.45 $916.00 $4,580.001 $150.00 $300.001 $4.08 $1,452.481 $2,230.00 $4,460.001 $11,545.14 $11,545.14 $80,627.831 --.iWI...-—...-.-....- by the placement of my signatignalura Mis document BY: Date '. 2023 1 28 Eduardo Rojas osolsl-00. TITLE: DATE: END OF SECTION $80,627.831 1 $80,627.831 60 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Copy of 00 42 43_Bid Proposal_DAP.x1a 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 "Maior Work Tvpe" box provide the complete major work tvpe and actual description as provided by the Water Department for water and sewer and TPW for paving. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Hurst Electric May 31, 2024 Street Lighting 229 W. Hurst Blvd Hurst, Texas 765053 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Hurst Electric BY: ala t o defined by thhee placement placemennt of my 229 W. Hurst Blvd signature on this document Date: 2023.11.08 16:51:54-06'00' Hurst, Texas 76053 Eduardo Rojas 817-268-3000 (Signature) TITLE: Project Manager/ Engineer DATE: 11 /3/2023 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS 00 45 12_Prequalification Statement 2015_DAP - Hurst.docx Form Version September 1, 2015 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 2 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 103898. Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406,096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 + 4I0LYitlTg11911T 10 11 Hurst Electric 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 By: Eduardo Rojas Company �^ (Please Print) 229 W. Hurst Blvd Signature:/ Address Hurst. TX 76053 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § Title: Project Manager/ Engineer (Please Print) B FO ME, the unjerripd authority, on this day personally appeared . n7 . known to me to be the person whose name is subscribed to the foregoing b4trument, and acknowledged to me that he/she executed the same as the act and deed of Hurst Electric for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 43 , day of November .2023. ����uIIIINryi /J ..N`i tA• a� ry ubl c in and for t State of Texas rE of CITY OF FORT WORTH05113''';�:�� Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUME144YII I11b908 Revised April 2, 2014 00 45 26 - 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 2 of 2 END OF SECTION CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 103898 Revised April 2, 2014 005243-1 1 SECTION 00 52 43 Developer Awarded Project Agreement Page 1 of 6 2 AGREEMENT 3 THIS AGREEMENT, authorized on 11/8/2023 is made by and between the Developer, 4 OPG Clifton Riverside Partners, LLC authorized to do business in Texas ("Developer") , and Hurst 5 Electric, authorized to do business in Texas, acting by and through its duly authorized 6 representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree 8 as follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 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 14 is generally described as follows: 15 Clifton Riverside Multifamilv 16 City Proiect No. 103898 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 60 working days after the date 23 when the Contract Time commences to run as provided in Paragraph 12.04 of the 24 Standard 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 27 will suffer financial loss if the Work is not completed within the times specified in 28 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 29 of the Standard City Conditions of the Construction Contract for Developer Awarded 30 Projects. The Contractor also recognizes the delays, expense and difficulties involved in CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS 103898 Revised June 16, 2016 005243-2 Developer Awarded Project Agreement Page 2 of 6 31 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 32 completed on time. Accordingly, instead of requiring any such proof, Contractor agrees 33 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 Developer Zero Dollars ($0.00) for each day that expires after the time specified in 35 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. 36 Article 4. CONTRACT PRICE 37 Developer agrees to pay Contractor for performance of the Work in accordance with the 38 Contract Documents an amount in current funds of Eighty Thousand Six Hundred Twenty -Seven Dollars 39 83 100 ($ 80,627.83 ) 40 Article 5. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 A. The Contract Documents which comprise the entire agreement between Developer 43 and Contractor concerning the Work consist of the following: 44 1. This Agreement. 45 2. Attachments to this Agreement: 46 a. Bid Form (As provided by Developer) 47 1) Proposal Form (DAP Version) 48 2) Prequalification Statement 49 3) State and Federal documents (project specific) 50 b. Insurance ACORD Form(s) 51 c. Payment Bond (DAP Version) 52 d. Performance Bond (DAP Version) 53 e. Maintenance Bond (DAP Version) 54 f. Power of Attorney for the Bonds 55 g. Worker's Compensation Affidavit 56 h. MBE and/or SBE Commitment Form (If required) 57 3. Standard City General Conditions of the Construction Contract for Developer 58 Awarded Projects. 59 4. Supplementary Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS Revised June 16, 2016 Clifton Riverside Multifamily 103898 005243-3 Developer Awarded Project Agreement Page 3 of 6 60 5. Specifications specifically made a part of the Contract Documents by attachment 61 or, if not attached, as incorporated by reference and described in the Table of 62 Contents of the Project's Contract Documents. 63 6. Drawings. 64 7. Addenda. 65 8. Documentation submitted by Contractor prior to Notice of Award. 66 9. The following which may be delivered or issued after the Effective Date of the 67 Agreement and, if issued, become an incorporated part of the Contract 68 Documents: 69 a. Notice to Proceed. 70 b. Field Orders. 71 c. Change Orders. 72 d. Letter of Final Acceptance. 73 CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS 103898 Revised June 16, 2016 005243-4 Developer Awarded Project Agreement Page 4 of 6 75 Article 6. INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed by 79 the contractor, its officers, agents, employees, subcontractors, licenses or invitees under 80 this contract. This indemnification provision is specifically intended to operate and be 81 effective even if it is alleged or proven that all or some of the damages being sought 82 were caused, in whole or in part, by anv act, omission or negligence of the citv. This 83 indemnity provision is intended to include, without limitation, indemnity for costs, 84 expenses and legal fees incurred by the city in defending against such claims and causes 85 of actions. 86 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 88 the city, its officers, servants and employees, from and against any and all loss, damage 89 or destruction of property of the city, arising out of, or alleged to arise out of, the work 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnification provision 92 is specifically intended to operate and be effective even if it is alleged or proven that all 93 or some of the damages being sought were caused, in whole or in part, by anv act„ 94 omission or negligence of the citv. 95 96 Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 99 the Construction Contract for Developer Awarded Projects. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the Developer. 103 7.3 Successors and Assigns. 104 Developer and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS 103898 Revised June 16, 2016 005243-5 Developer Awarded Project Agreement Page 5 of 6 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon DEVELOPER and 111 CONTRACTOR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas, Fort Worth Division. 116 117 7.6 Authority to Sign. 118 Contractor shall attach evidence of authority to sign Agreement, if other than duly 119 authorized signatory of the Contractor. 120 121 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 122 counterparts. 123 124 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 125 Contractor: Hurst Electric defned by the placement of my signature on this document Date: 2023A 1.08 1fi:51!23-06'00' Eduardo Rojas By: (Signature) Eduardo Rojas Developer: OPG Clifton Riverside Partners, LLC By: � (Signature) Matthew Gillam CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS 103898 Revised June 16, 2016 005243-6 126 (Printed Name) Title: Project Manager/ Engineer Company Name: Hurst Electric Address: 229 W. Hurst Blvd. City/State/Zip: Hurst TX 76053 11 /8/2023 Date Developer Awarded Project Agreement Page 6 of 6 (Printed Name) Title: Manager Company name:OPG diffton Riverside Partners, LLC Address: 730 N Santa Fe, Suite A City/State/Zip: Salina, KS 67401 02/05/2024 Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS Revised June 16, 2016 Clifton Riverside Multifamily 103898 1•101 10 e 31 006219-1 MAINTENANCE BOND Page 1 of 4 1 SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Hurst Electric LP, known as "Principal' herein and The Hanover Insurance 9 Companv, a corporate surety (sureties, if more than one) duly authorized to do business in the 10 State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto 11 the Developer, OPG Clifton Riverside Partners, LLC, authorized to do business in Texas 12 ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the sum of 13 Ninety Five Thousand Two and 83/100 Dollars ($95,002.83), lawful money of the United States, 14 to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be 15 made jointly unto the Developer and the City as dual obligees and their successors, we bind 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 20 CFA Number CFA22-0161; and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer 22 awarded the 30th day of October, 2023, which Contract is hereby referred to and a made part 23 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and 24 other accessories as defined by law, in the prosecution of the Work, including any Work resulting 25 from a duly authorized Change Order (collectively herein, the "Work") as provided for in said 26 Contract and designated as Clifton Riverside Multifamily, and 27 CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS103898 Revised January 31, 2012 BOND # 1093090 006219-2 MAINTENANCE BOND Page 2 of 4 1 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 2 accordance with the plans, specifications and Contract Documents that the Work is and will 3 remain free from defects in materials or workmanship for and during the period of two (2) years 4 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 5 6 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 7 receiving notice from the Developer and/or City of the need thereof at any time within the 8 Maintenance Period. I7 10 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 11 any defective Work, for which timely notice was provided by Developer or City, to a completion 12 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 13 full force and effect. 14 15 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 16 noticed defective Work, it is agreed that the Developer or City may cause any and all such 17 defective Work to be repaired and/or reconstructed with all associated costs thereof being 18 borne by the Principal and the Surety under this Maintenance Bond; and 19 20 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 21 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 22 Worth Division; and 23 24 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 25 recoveries may be had hereon for successive breaches CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS103898 Revised January 31, 2012 BOND # 1093090 006219-3 MAINTENANCE BOND Page 3 of 4 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 20th day of Februarv. 2024. 3 4 5 6 7 ATTEST: 8 9 10 (Principal) Secretary 11 12 `� V 13 Witness as to Principal 14 15 16 17 18 19 20 ATTEST: 21 22 23 (Su ` y) Srecretary %\ 1 24 j 25 26 Witness as to Surety CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS103898 Revised January 31, 2012 PRINCIPAL: 7 BY: Signature Name and Title Address: 2V!9 SURETY: The Hanover Insurance COmDanv Signature Michele Brockman. Attornev in Fact Name and Title Address: 440 Lincoln Street, Worcester MA 01615 Telephone Number: (508) 853-7200 Clifton Riverside 1 awlamily BOND # 1093090 006219-4 MAINTENANCE BOND Page 4 of 4 2 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 3 from the by-laws showing that this person has authority to sign such obligation. If 4 Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS103898 Revised January 31, 2012 IMPORTANT NOTICE To obtain information or make a complaint: You may call The Hanover Insurance Company/ Citizens Insurance Company of America's toll -free telephone number for information or to make a complaint at: 1-800-343-6044 You may also write to The Hanover Insurance Company/ Citizens Insurance Company of America at: 440 Lincoln Street Worcester, MA 01653 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the -Texas Department of Insurance: P. 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company 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. Texas Complaint Notice Commercial Lines AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis de The Hanover Insurance Company/Citizens Insurance Company of America's para informacion o para someter una queja al: 1-800-343-6044 Usted tambien puede escribir a The Hanover Insurance Company/Citizens Insurance Company of America al: 440 Lincoln Street Worcester, MA 01653 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. 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 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 agente o la com- pania 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. The Hanover Insurance Company 1440 Lincoln Street, Worcester, MA 01653 181-1457 (12113) Page 1 of 1 Citizens Insurance Company of America 1808 North Highlander Way, Howell, MI 48843 hanover.com THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing underthe laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, (hereinafter individually and collectively the "Company") does hereby constitute and appoint, Lesa Fernandez, Lynn Dockins, Michele Brockman and/or Suzanne Van Meter Of Insurica of Plano, TX each individually, if there be more than one named, as its true and lawful attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, any and all surety bonds, recognizances, undertakings, or other surety obligations. The execution of such surety bonds, recognizances, undertakings or surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company, in their own proper persons. Provided however, that this power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Thirty Million and No/100 ($30,000,000) in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as it acts, to execute and acknowledge for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, waivers of citation and all otherwritings obligatory in the nature thereof, with power to attach thereto the seal ofthe Company. Any such writings so executed by such Attorneys -in -fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile. (Adopted October 7,1981— The Hanover Insurance Company; Adopted April 14, 1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001—Citizens Insurance Company of America and affirmed by each Company on March 24, 2014) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 811 day of March, 2022. THE HANOVER INSU E COMPANY MASSACHUSETTS Y INSURANCE COMPANY CITIZENS INSURA E C MPANY OF AMERICA Vice President om THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. THE HANOVER INSURANCE COMPANY MASSACHUSETTS SAY INSURANCE COMPANY CITIX -NS INSURANCE COMPANY OF AMERICA j� JqA.tH. Kawiecki, Vice President On this 811 day of March, 2022 before me came the above named Executive Vice President and Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company ofAmerica, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. �k ARLEEN V. SIMONS W Notary PublicCOMMONWEALTHss on Expires My Commission Expires Arleen V� SImOnS, Notary�l- U IC June 15, 2023 My Commission Expires June 16, 2023 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this day of THE HANOVER INSURANCE COMPANY COMPANY -SHHUSErTS N!�R"fE 9Q. t 1PANY OF AMERCA CERTIFIED COPY r- - ;Cohn A. Rowodder, Vice President GENERAL LIABILITY FORM SUMMARY: The policy quoted includes the following forms, endorsements and exclusions, which may not be deleted. I ORM ED. DATE FORM NAME cGOoo1 04/13 Commercial General Liability Coverage Form CNA74705XX 01115 Contractors' General Liability Extension Endorsement CG2010 07/04 Additional Insured - Owners, Lessees or Contractors - Scheduled Person or l Organization Endorsement CG2037 071044 Additional Insured - Owners, Lessees or Contractors - Completed Operations Fnders� CNA75079XX 03122 Ttl Blankket AA Uonal Insured -Owners, Lessees or Contractors - with Products - Completed Operations Coverage Endorsement CNA75119XX 01115 Deductible Applicable to Damages Endorsement CNA74843XX 01/15 Pollution Exclusion Amendatory Endorsement ONA74682XX 01/16 Subsidence Exclusion (CA, CO, NV) and Subsidence Residential Exclusion (All Other Sates) En orr;;ament GNA74687XX 01115 Silica Exclusion ndorsement GNA74708XX 01/15 Fungi I Mold / Mildew / Yeast I Microbe Exclusion Endorsement CNA74761TX 01115 Employment -Related Practices Exclusion Endorsement - Texas CNA74801XX 01115 Contractors - Professional Liability Exclusion Endorsement CNA74862XX 01/15 Residential Construction Defect Products/Completed Operations Exclusion Endorsement GNA74863XX 01/15 Construction Wrap -Up program Exclusion Endorsement GNA74892XX 01115 Exterior Finish System Products/Completed Operations Property Damage Exclusion Endorsement CNA7508OXX 01116 Exclusion - Access or Disclosure of Confidential or Personal Information and Data -Related Liability - with Limited Bodily Injury Exception Endorsement CNA75108XX 01115 Broad Named Insured Endorsement CNA62646XX 01115 Bridge Endorsement CNA74702XX 01/15 Changes - Notice of Cancellation or Material Restriction Endorsement CNA74726XX 01/15 Calculation of Premium Endorsement CNA74898TX 01/15 Experience Rating Modification Endorsement - Texas CNA74904TX 01/15 Duties Endorsement - Texas 1 CNA74719XX 01115 Asbestos Exclusion Endorsement CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement It Is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. If any other endorsement attached to this policy amends any provision also amended by this endorsement, then that other endorsement controls with respect to such provision, and the changes made by this endorsement with respect to such provision do not apply. TABLE OF CONTENTS I. Additional Insureds 2. Additional Insured - Primary And Nan -Contributory To Additional Insured's Insurance 3. Bodily Injury — Expanded Deflnitivn 4. Broad Knowledge of Occurrence! Notice of Occurrence 5. Broad Named Insured 6. Broadened Liability Coverage For damage To Your Product And Your Work 7. Contractual Liability - Railroads 8. Electronic Data Liability 9. Estates, Legal Representatives and Spouses 10. Expected Or Intended Injury —Exception for Reasonable Force 11. General Aggregate Limits of Insurance — Per Project 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage 14, Joint Ventures/Partnership/Limped Liability Companies 15. Legal Liability — Damage To Premises ! Alienated Premises 1 Property In The Named Insured's Care, Custody or Control 16. Liquor Liability 17. Medical Payments 18. Non -owned Aircraft Coverage % Non -owned Watercraft 20. Personal And Advertising Injury — Discrimination or Humiliation 21. Personal And Advertising Injury - Contractual Liability 22. Property Damage - Elevators 23. Supplementary Payments 24. Unintentional Failure To Disclose Hazards 25. Waiver of Subrogation — Blanket 26. Wrap -Up Extension: OCIP CLIP, or Consolidated (Wrap -Up) Insurance Programs CN A74705XX (1 -15) Policy No: 7015112796 Page 1 of 17 Endorsement No: 4 The Continental Insurance Co. Insured Name: HURST ELECTRIC LP Copyright CNA All Righla Resenred. Includes ccWy ghled material of Insurances Services Ofllea, Inc., wish Its permisslon. CAM CNA PARAMOUNT Contractors' General Liability Extension Endorsement 1. ADDITIONAL INSUREDS a. WHO IS AN INSURED Is amended to include as an Insured any person or organization described In paragraphs A. through H. below whom a Named Insured is required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided such contract or agreement; (1) is currently In effect or becomes effective during the term of this Coverage part; and (2) was executed prior to: (a) the bodily Injury or property damage; or (b) the offense that caused the personal and advertising Injury, for which such additional insured seeks coverage. b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional Insured with: (1) a higher limit of insurance than required by such contractor agreement; or (2) coverage broader than required by such contract or agreement, and in no event broader than that described by the applicable paragraph A, through H. below. Any coverage granted by this endorsement shall apply only to the extent permissible by law. A. Controlling Interest Any person or organization with a controlling interest In a Named Insured, but only with respect to such person or organization's IiablRy for bodily.lnjury, property damage or personal and advertising Injury arising out of: 1. such person ar organizatlon's financial control of a Named Insured; or 2. premises such person or organization owns, maintains or controls while a Named Insured leases or occupies such premises; provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. S. Co-owner of Insured Premises A co-owner of a premises oo-owned by a Named Insured and covered under this Insurance hul only with respect to such cc -owner's liability for bodily Injury, property damage or personal and advertising injury as co-owner of such premises. C. Lessor of Equipment Any person or organization from wham a Named Insured leases equipment, but only with respect to liability for bodily injury, property damage or personal and advertising Injury caused, in whole or In part, by the Named Insured's maintenance, operation or use of suoh equipment, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising Injury takes place prior to the termination of such lease. D. Lessor of Land Any person or organization from whom a Named Insured leases land but only with respect to liability for bodily Injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such land, provided that the occurrence giving riso to such bodily Injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. The CNA74705XX (1-15) Policy No: 7015312796 Page 2 of 17 Endorsement No; 4 The Continental Insurance Co. Insured Name; HURST ELECTRIC LP Copyright CNA All Rights Reserved. Includos copyrlghted ,nateriat or insurance Servlcaa Ofllea, Inc., wilh Its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. E. Lessor of Premises An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named Insured, and provided that the occurrence giving rise to such bodily injury or property damage, or the offense giving rise to such personal and advertising injury, takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. F. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the Named Insured's ownership, maintenance, or use of a premises by a Named Insured. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. G. State or Governmental Agency or Subdivision or Political Subdivisions — Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. the following hazards in connection with premises a Named Insured owns, rents, or controls and to which this insurance applies: a, the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults, street banners, or decorations and similar exposures; or b, the construction, erection, or removal of elevators; or G. the ownership, maintenance or use of any elevators covered by this insurance; or 2. the permitted or authorized operations performed by a Named Insured or on a Named Insured's behalf. The coverage granted by this paragraph does not apply to: a. Bodily injury, property damage or personal and advertising Injury arising out of operations performed for the state or governmental agency or subdivision or political subdivision; or b. Bodily injury or property damage included within the products -completed operations hazard. With respect to this provision's requirement that additional insured status must be requested under a written contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add the governmental entity as an additional insured. H. Trade Show Event Lessor 1. With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter or displayer, any person or organization whom the Named Insured is required to include as an additional insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury caused by: CNA74705XX (1-15) Page 3of17 The Continental Insurance Co. Insured Name: HURST ELECTRIC LP Policy No: 7015112796 Endorsement No: 4 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. iCNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement a. the Named Insured's acts or omissions; or b. the acts or omissions of those acting on the Named Insured's behalf, in the performance of the Named Insured's ongoing operations at the trade show event premises during the trade show event. 2. The coverage granted by this paragraph does not apply to bodily Injury or property damage included within the products -completed operations hazard. 2. ADDITIONAL INSURED -PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended to add the following paragraph: If the Named Insured has agreed in writing In a contract or agreement that this insurance is primary and non- contributory relative to an additional Insured's own insurance, then this insurance Is primary, and the Insurer will not seek contribution from that other Insurance. For the purpose of this Provision 2., the additional insured's own insurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstanding anything to the contrary elsewhere in this Condition, the insurance provided to such person or organization is excess of any other insurance available to such person or organization. , 3. BODILY INJURY— EXPANDED DEFINITION Under DEFINITIONS, the definition of bodily injury is deleted and replaced by the following: Bodily injury means physical Injury, sickness or disease sustained by a person, Including death, humiliation, shock, mental anguish or mental injury sustained by that person at any time which results as a consequence of the physical Injury, sickness or disease. 4. BROAD KNOWLEDGE- OF OCCURRENCE; NOTICE OF OCCURRENCE Under CONDITIONS, the condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended to add the following provisions: A. BROAD KNOWLEDGE OF OCCURRENCE The Named Insured must give the Insurer or the Insurer's authorized representative notice of an occurrence, offense or claim only when the occurrence, offense or claim is known to a natural person Named Insured, to a partner, executive officer, manager or member of a Named Insured, or an employee designated by any of the above to give such notice. 13, NOTICE OF OCCURRENCE The Named Insured's rights under this Coverage Part will not be prejudiced if tho Named Insured fails to give the Insurer notice of an occurrence, offense or claim and that failure Is solely due to the Named Insured's reasonable belief that the bodily injury or property damage Is not covered under this Coverage Part. However, the Named Insured shall give written notice of such occurrence, offense or claim to the Insurer as soon as the Named Insured Is aware that this insurance may apply to sucl7 occurrence, offense or claim. 5. BROAD NAMED INSURED WHO IS AN INSURED Is amended to delete Its Paragraph 3, In Its entirely and replace it with the following: 3. Pursuant to the limitations described in Paragraph 4. below, any organization in which a Named Insured has management control: a. on the effective date of this Coverage Part; or CNA74705XX (1 - 15) Page 4of17 The Continental Insurance Co. Insured Name: HUPST ELECTRIC LP Policy No: 7015112796 Endorsement No: 4 Copyrlghl C:NA AN Rghts Reserved. Indudes copyrighted rrs}iorial ❑1 Insurance Services Office, Inc., wilh Its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement claims arising solely out of their capacity or status as such and, In the case of a spouse, where such claim seeks damages from marital community property, jointly held property or property transferred from such natural person Insured to such spouse. No coverage Is provided for any act, error or omission of an estate, heir, legal representative, or spouse outside the scope of such person's capacity or status as such, provided however that the spouse of a natural parson Named Insured and the spouses of members or partners of joint venture or partnership Named Insureds are Insureds wlih respect to such spouses' acts, errors or omissions in the conduct of the Named Insured's business, 10. EXPECTED OR INTENDED INJURY —EXCEPTION FOR REASONABLE FORCE Under COVERAGES, Coverage A -- Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Expected or Intended Injury and replace it with the following: This Insurance does not apply to: Expected or Intended Injury Bodily injury or property damage expected or Intended from the standpoint of the Insured. This exclusion does not apply to bodily injury or property damage resulting from the use of reasonable force to protect persons or property. 11. GENERAL AGGREGATE LIMITS OF INSURANCE � PER PROJECT A. For each construction project away From premises the Named Insured owns or rents, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, Is the most the Insurer will pay for the sum of: 1. All damages under Coverage A, except damages because of bodily Injury or property damage included In the products completed operations hazard; and 2. All medical expenses under Coverage C, that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limit shown In the Declarations, nor the Construction Project General Aggregate Limit of any other construction project. 13. All: 1. Damages under Coverage B, regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single construction project, except damages because of bodily Injury or property darnage Included In the products -completed operations hazard; and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown In the Declarations, C. The limits shown In the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be attributed solely to ongoing operations at a particular construction project. D. When coverage for liability arising out of the products completed operations hazard Is provided, any payments for damages because of bodily Injury or property damage Included in the products -completed operations hazard will reduce the Products -Completed Operations Aggregate Limit shown In the Declarations, regardless of the number of projects involved, CNA74705XX (1-15) - Policy No; '701513-2796 Page 8 of 17 Endorsement No: 4 The Continental insurance Co. Insured Name; HURST ELECTRIC LP Copytlght CNA All Rights Reserved- Includes copyrlghled material of Insufancri Services Office, Inc., with Its permission. CNA PARAMOUNT CNA Contractors' General Liability Extension Endorsement E. If a single construction project away from premises owned by or rented to the Insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. 12. IN REM ACTIONS A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for the Named Insured, will be treated in the same manner as though the action were in personam against the Named Insured, 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE Solely with respect to bodily injury that arises out of a health care incident: A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Insuring Agreement is amended to replace Paragraphs 1.b.(1) and 1.b.(2) with the following: b. This insurance applies to bodily injury provided that the professional health care services are incidental to the Named Insured's primary business purpose, and only if: (1) such bodily injury is caused by an occurrence that takes place in the coverage territory. (2) the bodily injury first occurs during the policy period. All bodily injury arising from an occurrence will be deemed to have occurred at the time of the first act, error, or omission that is part of the occurrence; and B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to: I. add the following to the Employers Liability exclusion: This exclusion applies only if the bodily injury arising from a health care incident is covered by other liability insurance available to the Insured (or which would have been available but for exhaustion of its limits). ii. delete the exclusion entitled Contractual Liability and replace it with the following: m ? This insurance does not apply to: Contractual Liability 0 the Insured's actual or alleged liability under any oral or written contract or agreement, including but not limited to express warranties or guarantees. III. add the following additional exclusions: This insurance does not apply to: Discrimination any actual or alleged discrimination, humiliation or harassment, including but not limited to claims based on an individual's race, creed, color, age, gender, national origin, religion, disability, marital status or sexual orientation. Dishonesty or Crime Any actual or alleged dishonest, criminal or malicious act, error or omission. Medicare/Medicaid Fraud CNA74705XX (1-15) Policy No: 7015112796 Page 9 of 17 Endorsement No: 4 The Continental Insurance Co. Insured Name: HURST ELECTRIC LP Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with Its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement 11. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE — ELEVATORS Provision, the Other Insurance conditions is amended to add the following paragraph: This Insurance Is excess over any of the other insurance, whether primary, excess, contingent or on any other basis that is Properly Insurance covering property of others damaged from the use of elevators. 23. SUPPLEMENTARY PAYMENTS The section entitled SUPPLEMENTARY PAYMENTS -- COVI=RAGES A AND B Is amended as follows: A. Paragraph. I.b. is amended to delete the $260 limit shown for the cost of bail bands and replace it with a $5,000. limit; and B. Paragraph 1 A. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a $1,0Q0, limit. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If the Named Insured unintentionally falls to disclose all existing hazards at the inception date of the Named Insured's Coverage Part, the Insurer will not deny coverage under this Coverage Part because of such failure. 25, WAIVER OF SUBROGATION - BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us Is amended to add the following: . The Insurer waives any right of recovery the Insurer may have against any person or organization because of payments the Insurer makes for injury or damage arising out of: 1. the Named Insured's ongoing operations; or 2. your work Included in the products -completed operations hazard. However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery In a written contract or written agreement, and only If such contract or agreement: 1. Is in effect or becomes effective during the term of this Coverage Part; and 2. was executed prior to the bodily Injury, property damage or personal and advertising injury giving rise to the claim. 26. WRAP-UP EXTENSION: OCIP, CLIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project In the state of Oklahoma, nor to any construction project In the state of Alaska, that Is not permitted to be Insured under a consolidated (wrap-up) Insurance program by applicable state statute or regulation. If the endorsement EXCLUSION — CONSTRUCTION WRAP-UP Is attached to this policy, or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor Controlled Insurance Programs (C.C.I.P.) Is attached, then the following changes apply: A. The following warding is added to the above -referenced endorsement: With respect to a consolidated (wrap-up) Insurance program project in which the Named Insured is or was Involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of: 1, Bodily Injury, property damage, or personal or advertising injury that occurs during the Named Insured's ongoing operations at the project, or during such operations of anyone acting on the Named Insured's behalf; nor CNA74706XX (1-15) Policy No. 7015112796 Page 16 of 17 Endorsement No; 4 The Continental Insurance Co. Insured Name: HURST ELECTRIC LP Copyright CNA All Righfs Resenled. Includes copyr{ghted mmerinl of Insurenca Servlcos Offico, Inc., with Its permissbn. CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: 1. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily Injury, property damage or personal and advortlsing injury caused in whole or In part by your acts or omissions, or the acts or omissions of those acting on your behalf: A, In the performance of your ongoing operations subject to such written contract; or 8. in the performance of your worst subject to such written contract, but only with respect to bodily injury or property damage Included In the products -completed operations hazard, and only If: 1. the written contract requires you to provide the additional insured such coverage; and 2. this coverage part provides such coverage. IL But if the written contract requlres; A. additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the 10- 01 edition of CG2037; or B. additional insured coverage with "arising out of` language; or C. additional insured coverage to the greatest extent permissible bylaw; there paragraph I. above Is deleted in Its entirety and replaced by the following: WHO IS AN INSURED is amended to Include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily Injury, property damage or personal and advertising Injury arising out of your work that Is subject to such written contract. Ill. Subject always to the terms and condillons of this policy, Including the limits of Insurance, the Insurer will not provide such additional Insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract, IV, The Insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising Injury arising out of: A. the rendering of, or the failure: to render, any professional architectural, engineering, or surveying services, Including, 1, the preparing, approving, or falling to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and ® 2. supervisory, inspection, architectural or engineering activities; or imm ® 13, any premises or work for which the additional insured is specifically listed as an additional Insured on another -�� endorsement attached to this coverage part. V. Linder COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance Is amended to add the following, which supersedes any provision to the contrary In this Condition or elsewhere In this coverage part: CNA75079XX (10-16) Policy No: 7015112796 Page 1 of 2 Endorsement No: 5 The Continental Insurance Co, Insured Name: HURST Er�ECTRlC LP Copydglhl CNA All MOW Reserved. Includos copyrighted motvial of Insurance services 011lco, Inc., with Its permission. CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement Primary and Noncontributory Insurance With respect to other Insurance available to the additional insured under which the additional insured Is a named Insured, this Insurance Is primary to and will not soak contribution from such other Insurance, provided that a written contract requires the insurance provided by this poi#cy to be: 1. primary and non-contributing with other Insurance available to the additional insured; or 2. primary and to not seek contribution from any ether Insurance available to the additional Insured. But except as specified above, this Insurance will be excess of all other insurance available to the additional insured. VI. Solely with respect to the Insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of occurrence, Offense, Claim or Suit Is amended with the addition of the following: Any additional Insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result In a claim; 2. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer In the Investigation, defense, or settlement of the claim; and 3. make available any other insurance, and tender the defense and indemnity of any claim to any other insurer or self -insurer, whose policy or program applies to a loss that the Insurer covers under this coverage part, However, If the written contract requires this insurance to be primary and non-contributory, this paragraph 3. does not apply to Insurance on which the additional insured Is a named Insured. The Insurer has no duly to defend or Indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional Insured. VII. Solely with respect to the Insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires you to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A, Is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily Injury or property damage; or 2. the offense that caused the personal and advertising Injury; for which the additional Insured sacks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a pall of and Is for attachment to the Policy Issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date Is shown below, and expires concurrently with said Policy. GNA75079XX (10-16) Policy No: 7015112796 Page 2 of 2 Endorsement No: 5 The Continental Insurance Co. Insured Name: kMIZST ELECTRIC LP Copydghl CNA All Rights Rasorvad. Includos copyrlghled mstariol of Insurana Services Omco, Inc., wit 115 permisslon. AUTO FORM SUMMARY: The policy quoted includes the following forms, endorsements and exclusions, which may not be deleted. 1 FORM CA0001 CA 01 96 CA 02 43 CA 05 05 CA2001 CA 20 54 CA 21 09 CA 22 64 CA 9916 CA 99 44 t.rti ate as CA P 012 ED, DATE FORM NAME 11 /20 11 /20 11113 11 /20 11 /20 11120 10113 10113 10/13 10/13 10113 12120 CNA62854TX 07115 CNA63359XX 04112 CNA68021XX 02/13 CNA72315XX 04119 CNA84401 XX CNASS611 XX CNA86103XX CNA86257XX CNA89114XX G-132250-842 G-144291-A G-17832-B G-300766-A IL 00 03 IL0017 IL0021 12115 01121 04/17 07/16 05117 07/16 03/03 12110 08115 09105 11198 09108 - BUSINESS AUTO COVERAGE FORM TEXAS CHANGES TEXAS CHANGES - CANCELLATION AND NONRENEWAL TEXAS PUBLIC OR LIVERY PASSENGER CONVEYANCE Alr TRANSPORTATION NETWORK SERVICES EXCLUSION LESSOR - ADDITIONAL INSURED AND LOSS PAYEE EMPLOYEE HIRED AUTOS TEXAS UNINSURED/UNDERINSURED MOTORISTS COVERAGE TEXAS PERSONAL INJURY PROTECTION ENDORSEMENT HIRED AUTOS SPECIFIED AS COVERED AUTOS YOU OWN LOSS PAYABLE CLAUSE TEXAS SUPPLEMENTARY DEATH BENEFIT 2020 COMMERCIAL AUTOMULTISTATE FORM REVISIONS ADVISORY NOTICE TO POLICYHOLDERS TEXAS COMMERCIAL LINES POLICYHOLDERS CONTRACTORS EXTENDED COVERAGE ENDORSEMENT BUSINESS AUTO PLUS NOTICE OF CANCELLATION TO CERTIFICATEHOLDERS NOTICE OF CANCELLATION OR MATERIAL CHANGE DESIGNATED PERSON OR ORGANIZATION PAYMENT PLAN SCHEDULE BUSINESS AUTO COVERAGE PART DECLARATIONS COMMERCIAL AUTOMOBILE LOSS PAYEE SCHEDULE UNINSURED/UNDERINSURED MOTORIST SUPPLEMENTARY SCHEDULE HIRED AUTO PHYSICAL DAMAGE LIMIT ENDORSEMENT RISK CONTROL SERVICES AVAILABLE TO TEXAS AUTO POLICYHOLDERS ECONOMIC AND TRADE SANCTIONS CONDITION CANCELLATION BY US IMPORTANT INFORMATION - TEXAS CALCULATION OF PREMIUM COMMON POLICY CONDITIONS NUCLEAR ENERGY LIABILITY EXCLUSION ENDORSEMENT (BROAD FORM) ■ CONTRAC!FORM. Business Auto Policy Policy Entiorseivent THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFi,JLLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. LIABILITY COVERAGE A. Who Is An Insured The following is added to Section 11, Paragraph A.1., Who Is An Insured: 1. a. Any incorporated entity of which the Named Insured owns a majority of the voting stock on the date of inception of this Coverage Form; provided that, b. The insurance afforded by this provision A. 1. does not apply to any such entity that is an Insured under any other liability "policy" providing auto coverage. Any organization you newly acquire or form, other than a limited liability company, partnership or joint venture, and over which you maintain majority ownership interest. The insurance afforded by this provision A.2.: a. Is effective an the acquisition or formation date, and is afforded only until the end of the policy period of this Coverage Form, or the next anniversary of its inception date, whichever is earlier. b. Does not apply to: (1) Bodily injury or property damage caused by an accident that occurred before you acquired or formed the organization; or (2) Any such organization that is an Insured under any other liability "policy" providing auto coverage. 3. Any person or organization that you are required oy a written contract to name as an additional insured is an insured but only with respect to their legal liability for acts or omissions of a person, who qualifies as an insured under SUCTION 11 — WHO IS AN INSURED and for whom Liability Coverage is afforded under this policy. If required by written contract, this insurance will be primary and non-contributory to insurance on which the additional insured is a Named Insured, 4. An employee of yours is an Insured while operating an auto hired or rented under a contract or agreement in that employee's name, with your permission, while performing duties related to the conduct of your business. "Policy", as used in this provision A. Who Is An Insured, includes those poiicias that were in force on the inception date of this Coverage Form but: 1. Which are no longer in force; or 2. Whose limits have been exhausted. B. Ball Bonds and Loss of Earnings Section II, Paragraphs A.2. 12) and A.2. (4) are revised as follows: 1. In a.121, the limit for the cost of bail bonds is changed from $2,000 to $6,000; and 2. In a.(4), the limit for the loss of earnings Is changed from $260 to $500 a day. Form No; CNA63369XX 104.20121 Palley No: 8VA 7016112782 Endorsement Effective Date: Endorsement Expiration date: Endorsement No; 10; Page! 1 of 4 underwriting Company: Valley Forge Insurance Company, 161 N Franklin St, Chicago, IL 60606 O Copyright CNA All Bights Reserved. Includes copyrighted material of the insurance Services Office, Inc„ used with its permission. CNA Business Auto Policy Policy Enclorsement C. Fellow Employee Section II, Paragraph 8.5 does not apply. such coverage as is afforded by this provision C. is excess over any other collectible insurance. II, PHYSICAL DAMAGE COVERAGE A. Glass Breakage -- Hitting A Bird Or Animal — Falling Objects Or Missiles The following is added to Section Ili, paragraph A.3.: With respect to any covered auto, any deductible shown in the Decieratlons will not apply to glass brualcage if such glass is repaired, in a manner acceptable to us, rather then replaced. B. Transportation Expenses Section III, Paragraph A.4.a. Is revised, with respect to transportation expense incurred by you, to provide: a. $60 per day, in lieu of $20; subject to b. $1,800 maximum, in lieu of $600. C. Loss of Use Expenses Section III, Paragraph A.4.b. is revised, with respect to loss of use expenses incurred by you, to provide; a. $1,000 maximum, in lieu of $600, D. Hired "Autos" The following is added to Section III. Paragraph A.: 6. Hired "Autos" If Physical Damage coverage is provided under this policyr and such coverage does not extend to Hired Autos, then Physical Damage coverage is extended to; a. Any covered) auto you lease, hire, rent or borrow without a driver; and b. Any covered auto hired or rented by your employee without a driver, under a contract in that individual employee's name, with your permission, while performing duties related to the conduct of your business. c. The most we will pay for any one accident or loss is the actual cash value, cost of repair, cost of replacement or $75,000, whichever is less, minus a $500 deductible for each covered auto. No deductible applies to loss caused by fire or lightning. d. The physical damage coverage as is provided by this provision is equal to the physical damage coverage(s) provided on your owned autos. e. Such physical damage coverage for hired autos will: (1) Include loss of use, provided it is the consequence of an accident for which the Named Insured is legally liable, and as a result of which a monetary loss is sustained by the leasing or rental concern. (2) Such coverage as is provided by this provision will be subject to a limit of $760 per accident. E. Airbag Coverage The following is added to Section Ill, Paragraph 8.3.: The accidental discharge of an airbag shall not be considered mechanical breakdown. Form No: CNA63359XX 104.201 Z) Policy No: BUA 7015112782 Endorsement Effective Pate: Endorsement Expiration bate: ' Endorsement No: 10: Pape: 2 of 4 Underwriting Company: Valley Forge Insurance Company, 151 N Franklin St, Chicago, IL 60606 a Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. CNA F. Electronic Equipment Business Auto Policy Policy Endorsement Section Ill, Paragraphs B.4.c and R.4.d. are deleted and replaced by the following: c. Physical Damage Coverage on a covered auto also applies to loss to any permanently Installed electronic equipment including its antennas and other accessories d. A $100 per occurrence deductible applies to the coverage provided by this provision. G. Diminution In Value The following is added to Section III, Paragraph S.B.: Subject to the following, the diminution In value exclusion does not apply to: a. Any covered auto of the private passenger type you lease, hire, rent or borrow, without a driver for a period of 30 days or less, while performing duties related to the conduct of your business; and b. Any covered auto of the private passenger type hired or rented by your employee without a driver for a period of 30 days or less, under a contract in that individual employee's name, with your permission, while performing duties related to the conduct of your business. c. Such coverage as Is provided by this provision is limited to a diminution In value loss arising directly out of accidental damage and not as a result of the failure to make repairs; faulty or incomplete maintenance or repairs; or the installation of substandard parts. d, The most we will pay for loss to a covered auto in any one accident is the lesser of: (1) $5,000; or l2► 20% of the auto's actual cash value (ACV). III. Drive Other Car Coverage — Executive Officers The following is added to Sections 11 and III: 1. Any auto you don't own, hire or borrow is a covered auto for,Liability Coverage while toeing used by, and for Physical Damage Coverage while in the care, custody or control of, any of your "executive officers", except; a. An auto owned by that "executive officer" or a member of that person's household; or b. An auto used by that "executive officer" while working in a business of selling, servicing, repairing or parking autos. Such Liability and/or Physical Damage Coverage as is afforded by this provision. (1) Equal to the greatest of those coverages afforded any covered auto; and (2) Excess over any other collectible insurance. 2. For purposes of this provision, "executive officer" means a person holding any of the officer positions created by your charter, constitution, by-laws or any other similar governing document, and, while a resident of the same household, includes that person's spouse. Such "executive officers" are Insureds while using a covered auto described in this provision. IV. BUSINESS AUTO CONDITIONS A. Duties In The Event Of Accident, Claim, Suit Or Loss The following is added to Section IV, Paragraph A.2.a.: Form No; CNA63359XX (04.2012) Endorsement Waotive Date: Endorsement Expiration hate: Endorsement No: to; Page: 3 of 4 Underwriting Company: Valley Forge Insurance Company, 151 N Franklin St, Chicago, IL 60606 Policy No; I3UA 7015112782 ° Copyright CNA All Rights Reserved, Includes copyrighted material of the Insurance Services offloo, Inc., used with its permission. CNA Business Auto policy Policy Endorsement (4) Your employees may know of an accident or loss, This will not mean that you have such knowledge, unless such accident or loss Is known to you or if you are not an Individual, to any of your executive officers or partners or your insurance manager. The following is added to Section IV, Paragraph A.2.b.: (6) Your employees may know of documents received concerning a claim or suit. This will not mean that you have such knowledge, unless receipt of such documents Is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. 8, Transfer Of Rights Of Recovery Against Others To Us The following Is added to Section IV, Paragraph A.5. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have, because of payments we make for injury or damage, against any person or organization for whom or which you are required by written contract or agreement to obtain this waiver from us. This injury or damage must arise out of your activities under a contract with that person or organization. You must agree to that requirement prior to an accident or loss. C. Concealment, Misrepresentation or Fraud The following is added to Section IV, Paragraph B.2.: Your failure to disclose all hazards existing on the date of inception of this Coverage Form shall not prejudice you with respect to the coverage afforded provided such failure or omission is not intentional D. Other Insurance The following is added to Section IV, Paragraph B.5.: Regardless of the provisions of Paragraphs 5.a. and 5.d. above, the coverage provided by this policy shall he on a primary non-contributory basis. This provision is applicable only when required by a written contract. That written contract must have been entered into prior to Accident or Loss. F. Policy Period, Coverage Territory Se❑tion IV, Paragraph B. 7.15i.W, is revised to provide; a, 45 days of coverage in lieu of 30 days. V. DEFINITIONS Section V. paragraph C. is deleted and replaced by the following: Bodily injury means bodily injury, sickness or disease sustained by a person, including mental anguish, mental injury or death resulting from any of these. Form No; CNA03369XX (04.2012) Policy No: BLIA 7015112782 Endorsement Effective pate: Endorsement Expiration pate: Endorsement No; 10; Page; 4 of 4 Underwriting Company: Valley Forge Insurance Company, 151 N Franklin St, Chloago, IL 80600 ° Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services offica, Inc., used with Its permisslon. CNA 1 It Is understood and agreed that: Business Auto policy Policy Enclorsernent If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and If we cancel a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to such Certificateholders at least 30 days in advance of the date cancellation is effective. If notice is mailed, then proof of mailing to the last known mailing address of the Certificateholder on file with the Agent of Record will be sufficient to prove notice. Any failure by us to notify such persons or organizations will not extend or invalidate such cancellation, or impose any liability or obligation upon us or the Agent of Record. All other terms and conditions of the policy remain unchanged This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Dale) is shown below, and expires concurrently with said policy, Form No; CNA66021XX 102-2013) policy No: BUA 70151 12782 Endorsement Effective Dete: Endorsement Expiration pate: Endorsement No: 11; Page: 1 of 1 Underwriting Company: valley Forga Insurance Company, 161 N Franklin 5t, Chicago, iL 60606 41 Copyright CNA All Rights Reserved, WORKERS' COMPENSATION FORM SUMMARY: The policy quoted includes the following endorsements and policy holder notices FORM ED. DATE FORM NAME CC031605A 12M4 CNA INSURANCE PREMIUM AUDIT CC68021A 02113 NOTICE OF CANCELLATION TO CERTIFICATE HOLDERS CNA105749XX 05123 POLICYHOLDER FRAU❑ NOTIFICATION CNA82027XX 03115 POSTING NOTICE SCHEDULE 0-115114-F 12120 IMPORTANT INFORMATION FOR TEXAS POLICYHOLDERS G-116814-H 10113 IMPORTANT INFORMATION TO OUR WORKERS' COMPENSATION POLICYHOLDERS DOING BUSINESS IN THE STATE OF TEXAS - ACCIDENT PREVENTION SERVICES G-140370-E 05119 PRIVACY POLICY NOTICE G-17877-D 06114 DEDUCTIBLt NOTICE OF ELECTION TEXAS f G-300285-C 11/22 IMPORTANT INFORMATION TO OUR WORKERS' COMPENSATION POLICYHOLDERS DOING BUSINESS IN THE STATE OF TEXAS - HEALTH CARE NETWORK PREMIUM CREDIT G-300399-A 08115 AVISO IMPORTANTE PARA ASEGURADOS EN TEXAS G-300774-A 06109 IMPORTANT INFORMATION TO OUR WORKERS' COMPENSATION CUSTOMERS DOING BUSINESS AS GENERAL CONTRACTORS IN -rHE STATE OF TEXAS P-56016-A 12/89 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY INFORMATION PAGE WC 00 00 00 C 01115 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 04 06 08184 PREMIUM DISCOUNT ENDORSEMENT WC 00 04 14 A 01119 GO -DAY REPORTING REQUIREMENT - NOTIFICATION OF CHANGE IN OWNERSHIP ENDORSEMENT WC 00 04 21 F 08122 CATASTROPHE (OTHER THAN CERTIFIED ACTS OF TERRORISM) PREMIUM ENDORSEMENT WC 00 04 22 C 01121 TERRORISM RISK INSURANCE PROGRAM REAUTHORIZATION ACT DISCLOSURE ENDORSEMENT WC 00 04 25 05117 EXPERIENCE RATING MODIFICATION FACTOR REVISION ENDORSEMENT WC 42 03 01 L 07123 TEXAS AMENDATORY ENDORSEMENT WC 42 03 04 B 06114 TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT WC 42 03 04 B 06114 TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT WC 42 04 08 A 06114 TEXAS HEALTH CARE NETWORK ENDORSEMENT WC 42 06 01 01194 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT Workers Compensation And Employers Liability Insurance CNAPolicy Enciorseniclnt 1 This endorsement applies only to the insuranco provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement Is shown in the Schedule. Schedule 1. ❑ specific Waiver Name of person or organization XJ Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All Texas Operations 3. Premium: The premium charge for this endorsement shall be 2% percent of the premium developed on payroll in connection with work performed for the above personls) or organization(s) arising out of the operations described, 4. Advance Premium: Hofer to Schedule of Operations All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated In said policy, unless another effective date Ithe Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date Is shown below. Form No: WC 42 03 04 B (06-2014) Policy No. WC 7 15112601 Endorsement Effective Rate: E;ndorsomartt Expiration Date: Endorsement No: 7. Page: 1 of 1 Underwriting Company: Valley Forgo Insurance Company, 151 N Franklin 5t, Chicago, IL 60606 41 Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article1 — Definitions and Terminology............................................................................................................ l 1.01 Defined Terms.................................................................................................................................1 1.02 Terminology....................................................................................................................................5 Article 2 — Preliminary Matters...........................................................................................................................6 2.01 Before Starting Construction..........................................................................................................6 2.02 Preconstruction Conference............................................................................................................6 2.03 Public Meeting................................................................................................................................6 Article 3 — Contract Documents and Amending.................................................................................................6 3.01 Reference Standards........................................................................................................................6 3.02 Amending and Supplementing Contract Documents....................................................................6 Article 4 — Bonds and Insurance.........................................................................................................................7 4.01 Licensed Sureties and Insurers.......................................................................................................7 4.02 Performance, Payment, and Maintenance Bonds..........................................................................7 4.03 Certificates of Insurance.................................................................................................................7 4.04 Contractor's Insurance....................................................................................................................9 4.05 Acceptance of Bonds and Insurance; Option to Replace............................................................12 Article 5 — Contractor's Responsibilities..........................................................................................................12 5.01 Supervision and Superintendent...................................................................................................12 5.02 Labor; Working Hours..................................................................................................................13 5.03 Services, Materials, and Equipment............................................................................................13 5.04 Project Schedule............................................................................................................................14 5.05 Substitutes and "Or-Equals".........................................................................................................14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors).......................................16 5.07 Concerning Subcontractors, Suppliers, and Others.....................................................................16 5.08 Wage Rates...................................................................................................................................18 5.09 Patent Fees and Royalties.............................................................................................................19 5.10 Laws and Regulations...................................................................................................................19 5.11 Use of Site and Other Areas.........................................................................................................19 5.12 Record Documents........................................................................................................................20 5.13 Safety and Protection....................................................................................................................21 5.14 Safety Representative...................................................................................................................21 5.15 Hazard Communication Programs...............................................................................................22 5.16 Submittals......................................................................................................................................22 5.17 Contractor's General Warranty and Guarantee............................................................................23 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification................................................. 5.19 Delegation of Professional Design Services .... 5.20 Right to Audit: .................................................. 5.21 Nondiscrimination............................................. .....24 .....24 .....25 .....25 Article 6 — Other Work at the Site....................................................................................................................26 6.01 Related Work at Site.....................................................................................................................26 Article 7 — City's Responsibilities....................................................................................................................26 7.01 Inspections, Tests, and Approvals..................................................................................................26 7.02 Limitations on City's Responsibilities.........................................................................................26 7.03 Compliance with Safety Program.................................................................................................27 Article 8 — City's Observation Status During Construction.............................................................................27 8.01 City's Project Representative.......................................................................................................27 8.02 Authorized Variations in Work....................................................................................................27 8.03 Rejecting Defective Work.......................................................................................................27 8.04 Determinations for Work Performed...........................................................................................28 Article9 — Changes in the Work.......................................................................................................................28 9.01 Authorized Changes in the Work.................................................................................................28 9.02 Notification to Surety....................................................................................................................28 Article 10 — Change of Contract Price; Change of Contract Time..................................................................28 1001 Change of Contract Price.............................................................................................................28 1002 Change of Contract Time.............................................................................................................28 10.03 Delays............................................................................................................................................28 Article 11 — Tests and Inspections; Correction, Removal or Acceptance of Defective Work........................29 11.01 Notice of Defects..........................................................................................................................29 11.02 Access to Work.............................................................................................................................29 11.03 Tests and Inspections....................................................................................................................29 11.04 Uncovering Work...................................................................................................................30 11.05 City May Stop the Work..............................................................................................................30 11.06 Correction or Removal of Defective Work.............................................................................30 11.07 Correction Period..........................................................................................................................30 11.08 City May Correct Defective Work...............................................................................................31 Article12 — Completion....................................................................................................................................32 1201 Contractor's Warranty of Title.....................................................................................................32 1202 Partial Utilization..........................................................................................................................32 1203 Final Inspection.............................................................................................................................32 1204 Final Acceptance...........................................................................................................................33 Article13 — Suspension of Work......................................................................................................................33 13.01 City May Suspend Work..............................................................................................................33 Article14 — Miscellaneous................................................................................................................................34 1401 Giving Notice................................................................................................................................34 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times ..... 14.03 Cumulative Remedies ....... 14.04 Survival of Obligations .... 14.05 Headings ............................ CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 34 34 35 35 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 recordedplat. 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 C. 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 notContract Documents. 10. Contractor —The individual or entity with whom Developer has entered into theAgreement. 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 verb 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 theAgreement. 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 theAgreement. 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 theProject. 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 bejudged. 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 a part of the Work at theSite. 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 ContractDocuments. 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 and4.02.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 party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of35 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 o£ a. $1,000,000 eachoccurrence 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 0073 10-11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of35 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: The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: NONE 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. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: NONE b. Each Occurrence:: 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 0073 10-12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of35 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 repairwork 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 0073 10-13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of35 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: 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 0073 10-14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of35 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 byparticipating 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 0073 10-15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of35 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 itemwill: 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 0073 10-16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of35 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 ofsubstituted 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 0073 10-17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of35 ❑ Required for this Contract. X 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 0073 10-18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. X Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the llth 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 0073 10-19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of35 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 shallbe 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 OtherAreas: 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 0073 10-20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of35 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 endangerit. 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 0073 10-21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of35 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 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 0073 10-22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of35 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 ContractDocuments. 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 Paragraph5.16.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 0073 10-23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of35 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 causedby: 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 finalpayment; 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 0073 10-24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.B. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE Awl D 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 ofactions. 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 0073 10-25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of35 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 Cityfunds 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 0073 10-26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of35 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 0073 10-27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of35 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 0073 10-28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of35 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 anticipatedproject. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of35 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 anegative result and require a retest. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of35 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 0073 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 0073 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 0073 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 — MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the otherparty. 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 0073 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 Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 103898 Revised December 20, 2012 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 Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 103898 Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 103898 Revised December 20, 2012 012500-1 DAP SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. No 22 separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution - General 26 1. Within 30 days after award of Contract (unless noted otherwise), the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or catalog 31 numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are "or -equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or -equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised August 30, 2013 012500-2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, if a reduction in cost or time results, it will 46 be documented by Change Order. CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 1 4. Substitution will be rejected if- 2 a. Submittal is not through the Contractor with his stamp of approval 3 b. Request is not made in accordance with this Specification Section 4 c. In the Developer's opinion, acceptance will require substantial revision of the 5 original design 6 d. In the City's or Developer's opinion, substitution will not perform adequately 7 the function consistent with the design intent 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. In making request for substitution or in using an approved product, the Contractor 13 represents that the Contractor: 14 1. Has investigated proposed product, and has determined that it is adequate or 15 superior in all respects to that specified, and that it will perform function for which it 16 is intended 17 2. Will provide same guarantee for substitute item as for product specified 18 3. Will coordinate installation of accepted substitution into Work, to include building 19 modifications if necessary, making such changes as may be required for Work to be 20 complete in all respects 21 4. Waives all claims for additional costs related to substitution which subsequently 22 arise 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 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 47 48 49 50 012500-4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended Recommended Not recommended Received late By Date Remarks Date Rejected CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised August 30, 2013 1 2 3 PART1- GENERAL SECTION 013119 PRECONSTRUCTION MEETING 013119-1 DAP PRECONSTRUCTION MEETING Pagel of 3 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 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 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 in. 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 Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised August 30, 2013 013119-3 DAP PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised August 30, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0132 33 PRECONSTRUCTION VIDEO 013233-1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Though not mandatory, it is highly recommended on infill developer projects. 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. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised August 30, 2013 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised August 30, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0133 00 DAP SUBMITTALS 013300-1 DAP SUBMITTALS Page 1 of 8 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 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 013300-2 DAP SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific 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: 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 '/z inches x 11 inches to 8 %2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised August 30, 2013 013300-3 DAP SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of- 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom -prepared data such as fabrication and erection/installation (working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing -in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised August 30, 2013 013300-4 DAP SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational -range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare -parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on -site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 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 47 48 013300-5 DAP SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 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 47 48 49 013300-6 DAP SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Sufficient information shall be attached to permit a written response without further 21 information. 22 23 24 25 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL 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] CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised August 30, 2013 0135 13- 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 — General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 25 1.2 REFERENCES 26 A. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification, unless a date is specifically cited. 30 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 31 High Voltage Overhead Lines. 32 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 33 Specification 34 1.3 ADMINISTRATIVE REQUIREMENTS 35 A. Coordination with the Texas Department of Transportation 36 1. When work in the right-of-way which is under the jurisdiction of the Texas 37 Department of Transportation (TxDOT): 38 a. Notify the Texas Department of Transportation prior to commencing any work 39 therein in accordance with the provisions of the permit CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 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 0135 13-2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public 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. CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised August, 30, 2013 013513-3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 2. Coordinate any event that will require connecting to or the operation of an existing 2 City water line system with the City's representative. 3 a. Coordination shall be in accordance with Section 33 12 25. 4 b. If needed, obtain a hydrant water meter from the Water Department for use 5 during the life of named project. 6 c. In the event that a water valve on an existing live system be turned off and on 7 to accommodate the construction of the project is required, coordinate this 8 activity through the appropriate City representative. 9 1) Do not operate water line valves of existing water system. 10 a) Failure to comply will render the Contractor in violation of Texas Penal 11 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 12 will be prosecuted to the full extent of the law. 13 b) In addition, the Contractor will assume all liabilities and 14 responsibilities as a result of these actions. 15 F. Public Notification Prior to Beginning Construction 16 1. Prior to beginning construction on any block in the project, on a block by block 17 basis, prepare and deliver a notice or flyer of the pending construction to the front 18 door of each residence or business that will be impacted by construction. The notice 19 shall be prepared as follows: 20 a. Post notice or flyer 7 days prior to beginning any construction activity on each 21 block in the project area. 22 1) Prepare flyer on the Contractor's letterhead and include the following 23 information: 24 a) Name of Project 25 b) City Project No (CPN) 26 c) Scope of Project (i.e. type of construction activity) 27 d) Actual construction duration within the block 28 e) Name of the contractor's foreman and phone number 29 f) Name of the City's inspector and phone number 30 g) City's after-hours phone number 31 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 32 A. 33 3) Submit schedule showing the construction start and finish time for each 34 block of the project to the inspector. 35 4) Deliver flyer to the City Inspector for review prior to distribution. 36 b. No construction will be allowed to begin on any block until the flyer is 37 delivered to all residents of the block. 38 G. Public Notification of Temporary Water Service Interruption during Construction 39 1. In the event it becomes necessary to temporarily shut down water service to 40 residents or businesses during construction, prepare and deliver a notice or flyer of 41 the pending interruption to the front door of each affected resident. 42 2. Prepared notice as follows: 43 a. The notification or flyer shall be posted 24 hours prior to the temporary 44 interruption. 45 b. Prepare flyer on the contractor's letterhead and include the following 46 information: 47 1) Name of the project 48 2) City Project Number CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 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 0135 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 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. K. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised August, 30, 2013 013513-5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 DATE NAME 8/31/2012 D.Johnson END OF SECTION Revision Log SUMMARY OF CHANGE 1.3.13— Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised August, 30, 2013 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 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 Cliifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised August, 30, 2013 I 0a 3 4 013513-7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 EXHIBIT B FORT WORTH Date: DOE NO. XXXX Project !lame: 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. I 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 Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised August, 30, 2013 01 45 23 DAP TESTING AND INSPECTION SERVICES Paget of 3 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another form of distribution approved by the City. CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised March 20, 2020 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 3 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Removed reference to Buzzsaw and noted that electronic submittals be uploaded 03/20/2020 D.V. Magana through the City's document management system. CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised March 20, 2020 014523 DAP TESTING AND INSPECTION SERVICES Page 3 of 3 CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised March 20, 2020 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised JULY 1, 2011 015000-2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised JULY 1, 2011 015000-3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised JULY 1, 2011 015000-4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised JULY 1, 2011 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 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. Contractor shall minimize lane closures and impact to vehicular/pedestrian 30 traffic. 31 b. When traffic control plans are included in the Drawings, provide Traffic 32 Control in accordance with Drawings and Section 34 71 13. 33 c. When traffic control plans are not included in the Drawings, prepare traffic 34 control plans in accordance with Section 34 71 13 and submit to City for 35 review. 36 1) Allow minimum 10 working days for review of proposed Traffic Control. CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 103898 Revised March 22, 2021 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 2) A traffic control "Typical" published by City of Fort Worth, the Texas 2 Manual Unified Traffic Control Devices (TMUTCD) or Texas Department 3 of Transportation (TxDOT) can be used as an alternative to preparing 4 project/site specific traffic control plan if the typical is applicable to the 5 specific project/site. 6 B. Street Use Permit 7 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 8 a. To obtain Street Use Permit, submit Traffic Control Plans to City 9 Transportation and Public Works Department. 10 1) Allow a minimum of 5 working days for permit review. 11 2) It is the Contractor's responsibility to coordinate review of Traffic Control 12 plans for Street Use Permit, such that construction is not delayed. 13 C. Modification to Approved Traffic Control 14 1. Prior to installation traffic control: 15 a. Submit revised traffic control plans to City Department Transportation and 16 Public Works Department. 17 1) Revise Traffic Control plans in accordance with Section 34 71 13. 18 2) Allow minimum 5 working days for review of revised Traffic Control. 19 3) It is the Contractor's responsibility to coordinate review of Traffic Control 20 plans for Street Use Permit, such that construction is not delayed. 21 D. Removal of Street Sign 22 1. If it is determined that a street sign must be removed for construction, then contact 23 City Transportation and Public Works Department, Signs and Markings Division to 24 remove the sign. 25 E. Temporary Signage 26 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 28 Devices (MUTCD). 29 2. Install temporary sign before the removal of permanent sign. 30 3. When construction is complete, to the extent that the permanent sign can be 31 reinstalled, contact the City Transportation and Public Works Department, Signs 32 and Markings Division, to reinstall the permanent sign. 33 F. Traffic Control Standards 34 1. Traffic Control Standards can be found on the City's website. 35 1.5 SUBMITTALS [NOT USED] 36 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 103898 Revised March 22, 2021 01 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.4 A. Added language to emphasize minimizing of lane closures and impact to traffic. 1.4 A. 1. c. Added language to allow for use of published traffic control "Typicals" if 3/22/2021 M Owen applicable to specific project/site. 1.4 F. 1) Removed reference to Buzzsaw 1.5 Added language re: submittal of permit CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 103898 Revised March 22, 2021 015713-1 DAP STORM WATER POLLUTION PREVENTION Page 1 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 Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 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 0157 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 Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised July 1, 2011 015713-3 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 SUBMITTALS/INFORMATIONAL 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 Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 016000-1 PRODUCT REQUIREMENTS Pagel of 2 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02 - Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to, that 27 manufacturer's standard product. 28 E. See Section 0133 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION Clifton Riverside Multifamily SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS 103898 Revised December 20, 2012 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH STANDARD CONSTRUCTION Clifton Riverside Multifamily SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS 103898 Revised December 20, 2012 016600-1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow 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 Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised April 7, 2014 016600-2 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 Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised April 7, 2014 016600-3 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] !�71451499M*41x4toYUlei 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 Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised April 7, 2014 016600-4 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 Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised April 7, 2014 017000-1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised April 7, 2014 017000-2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 — General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement 36 1) Measurement for this Item shall be per each remobilization performed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under "Measurement" will be paid for at the unit 40 price per each "Specified Remobilization" in accordance with Contract 41 Documents. 42 c. The price shall include: 43 1) Demobilization as described in Section 1.1.A.2.a.1) 44 2) Remobilization as described in Section 1.1.A.2.a.2) 45 d. No payments will be made for standby, idle time, or lost profits associated this 46 Item. CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised April 7, 2014 017000-3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby, idle time, or lost profits associated 6 with this Item. 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents 11 b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under "Measurement" will be paid for at the unit 14 price per each "Work Order Mobilization" in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section 1.1.A.3.a.1) 19 2) Demobilization as described in Section 1.1.A.3.a.2) 20 d. No payments will be made for standby, idle time, or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under "Measurement" will be paid for at the unit 29 price per each "Work Order Emergency Mobilization" in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section 1.1.A.4.a) 34 2) Demobilization as described in Section 1.1.A.3.a.2) 35 d. No payments will be made for standby, idle time, or lost profits associated this 36 Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised April 7, 2014 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 6 7 017000-4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised April 7, 2014 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 7 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. See Changes (Highlighted in Yellow). 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the various Items bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will be 27 allowed. 28 3. As -Built Survey 29 a. Measurement 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) The work performed and the materials furnished in accordance with this 33 Item are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 1.3 REFERENCES 36 A. Definitions 37 1. Construction Survev - The survey measurements made prior to or while construction 38 is in progress to control elevation, horizontal position, dimensions and configuration 39 of structures/improvements included in the Project Drawings. CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised February 14, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 7 2. As -built Survev —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survev "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01— Attachment A Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. The Contractor's selection of a surveyor must comply with Texas Government 21 Code 2254 (qualifications based selection) for this project. 22 1.5 SUBMITTALS 23 A. Submittals, if required, shall be in accordance with Section 01 33 00. 24 B. All submittals shall be received and reviewed by the City prior to delivery of work. 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 26 A. Field Quality Control Submittals 27 1. Documentation verifying accuracy of field engineering work, including coordinate 28 conversions if plans do not indicate grid or ground coordinates. 29 2. Submit "Cut -Sheets" conforming to the standard template provided by the City 30 (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). 31 1.7 CLOSEOUT SUBMITTALS 32 B. As -built Redline Drawing Submittal 33 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 34 constructed improvements signed and sealed by Registered Professional Land 35 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A 36 — Survey Staking Standards). 37 2. Contractor shall submit the proposed as -built and completed redline drawing 38 submittal one (1) week prior to scheduling the project final inspection for City 39 review and comment. Revisions, if necessary, shall be made to the as -built redline 40 drawings and resubmitted to the City prior to scheduling the construction final 41 inspection. CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised February 14, 2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE 3 A. Construction Staking 4 1. Construction staking will be performed by the Contractor. 5 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 2. Coordination a. Contact City and Developer's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If Developer's Project Representative is required to re -stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re -stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notes used to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised February 14, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 7 2. Coordination a. Contractor is to coordinate with City to confirm which features require as -built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 25O linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 25O linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 7 1 b) Manholes and Junction Structures 2 (1) Rim and flowline elevations and coordinates for each 3 manhole and junction structure. 4 4) Stormwater — Not Applicable 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY 8 PART 2- PRODUCTS 9 A. A construction survey will produce, but will not be limited to: 10 1. Recovery of relevant control points, points of curvature and points of intersection. 11 2. Establish temporary horizontal and vertical control elevations (benchmarks) 12 sufficiently permanent and located in a manner to be used throughout construction. 13 3. The location of planned facilities, easements and improvements. 14 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 15 areas, utilities, streets, highways, tunnels, and other construction. 16 b. A record of revisions or corrections noted in an orderly manner for reference. 17 c. A drawing, when required by the client, indicating the horizontal and vertical 18 location of facilities, easements and improvements, as built. 19 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 20 construction staking projects. These cut sheets shall be on the standard city template 21 which can be obtained from the Survey Superintendent (817-392-7925). 22 5. Digital survey files in the following formats shall be acceptable: 23 a. AutoCAD (.dwg) 24 b. ESRI Shapefile (.shp) 25 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 26 standard templates, if available) 27 6. Survey files shall include vertical and horizontal data tied to original project control 28 and benchmarks, and shall include feature descriptions 29 PART 3 - EXECUTION 30 3.1 INSTALLERS 31 A. Tolerances: 32 1. The staked location of any improvement or facility should be as accurate as 33 practical and necessary. The degree of precision required is dependent on many 34 factors all of which must remain judgmental. The tolerances listed hereafter are 35 based on generalities and, under certain circumstances, shall yield to specific 36 requirements. The surveyor shall assess any situation by review of the overall plans 37 and through consultation with responsible parties as to the need for specific 38 tolerances. 39 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 40 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 41 1.0 ft. tolerance. CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised February 14, 2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 7 1 b. Horizontal alignment on a structure shall be within .0.1 ft tolerance. 2 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 3 walkways shall be located within the confines of the site boundaries and, 4 occasionally, along a boundary or any other restrictive line. Away from any 5 restrictive line, these facilities should be staked with an accuracy producing no 6 more than 0.05ft. tolerance from their specified locations. 7 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 8 electric lines, shall be located horizontally within their prescribed areas or 9 easements. Within assigned areas, these utilities should be staked with an 10 accuracy producing no more than 0.1 ft tolerance from a specified location. 11 e. The accuracy required for the vertical location of utilities varies widely. Many 12 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 13 should be maintained. Underground and overhead utilities on planned profile, but 14 not depending on gravity flow for performance, should not exceed 0.1 ft. 15 tolerance. 16 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 17 specifications or in compliance to standards. The City reserves the right to request a 18 calibration report at any time and recommends regular maintenance schedule be 19 performed by a certified technician every 6 months. 20 1. Field measurements of angles and distances shall be done in such fashion as to 21 satisfy the closures and tolerances expressed in Part 3. LA. 22 2. Vertical locations shall be established from a pre -established benchmark and 23 checked by closing to a different bench mark on the same datum. 24 3. Construction survey field work shall correspond to the client's plans. Irregularities 25 or conflicts found shall be reported promptly to the City. 26 4. Revisions, corrections and other pertinent data shall be logged for future reference. 27 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 3.4 APPLICATION 31 3.5 REPAIR / RESTORATION 32 A. If the Contractor's work damages or destroys one or more of the control 33 monuments/points set by the Developer's Project Representative, the monuments shall be 34 adequately referenced for expedient restoration. 35 1. Notify City or Developer's Project Representative if any control data needs to be 36 restored or replaced due to damage caused during construction operations. 37 a. Contractor shall perform replacements and/or restorations. 38 b. The City or Developer's Project Representative may require at any time a 39 survey "Field Check" of any monument or benchmarks that are set be verified 40 by the Developer's Project Representative before further associated work can 41 move forward. CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised February 14, 2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 7 1 3.6 RE -INSTALLATION [NOT USED] 2 3.7 FIELD [OR] SITE QUALITY CONTROL 3 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 4 Developer's Project Representative in accordance with this Specification. This includes 5 easements and right of way, if noted on the plans. 6 B. Do not change or relocate stakes or control data without approval from the City. 7 3.8 SYSTEM STARTUP 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3rd party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added instruction and modified measurement & payment under 1.2; added definitions 8/31/2017 M. Owen and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised February 14, 2018 017423-1 DAP CLEANING Page 1 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 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 Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 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] 36 37 38 39 40 CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised April 7, 2014 DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application 01 74 23 - 4 DAP CLEANING Page 4 of 4 CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 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 Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 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] 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 Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 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 Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised April 7, 2014 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 '/z inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 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 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 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 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 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 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking £ Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 — title of section removed 4/7/2014 M.Domenech Revised for DAP Application 8 CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised April 7, 2014 017839-1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised April 7, 2014 017839-2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised April 7, 2014 017839-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum clearly mark any deviations from Contract Documents 11 associated with installation of the infrastructure. 12 4. Making entries on Drawings 13 a. Record any deviations from Contract Documents. 14 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 15 change by graphic line and note as required. 16 c. Date all entries. 17 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 18 e. In the event of overlapping changes, use different colors for the overlapping 19 changes. 20 5. Conversion of schematic layouts 21 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 22 ducts, and similar items, are shown schematically and are not intended to 23 portray precise physical layout. 24 1) Final physical arrangement is determined by the Contractor, subject to the 25 City's approval. 26 2) However, design of future modifications of the facility may require 27 accurate information as to the final physical layout of items which are 28 shown only schematically on the Drawings. 29 b. Show on the job set of Record Drawings, by dimension accurate to within 1 30 inch, the centerline of each run of items. 31 1) Final physical arrangement is determined by the Contractor, subject to the 32 City's approval. 33 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 34 ceiling plenum", "exposed", and the like). 35 3) Make all identification sufficiently descriptive that it may be related 36 reliably to the Specifications. 37 c. The City may waive the requirements for conversion of schematic layouts 38 where, in the City's judgment, conversion serves no useful purpose. However, 39 do not rely upon waivers being issued except as specifically issued in writing 40 by the City. 41 B. Final Project Record Documents 42 1. Transfer of data to Drawings 43 a. Carefully transfer change data shown on the job set of Record Drawings to the 44 corresponding final documents, coordinating the changes as required. 45 b. Clearly indicate at each affected detail and other Drawing a full description of 46 changes made during construction, and the actual location of items. 47 c. Call attention to each entry by drawing a "cloud" around the area or areas 48 affected. CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 i1pa 13 14 15 16 17 18 19 20 21 22 23 24 017839-4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH Clifton Riverside Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 103898 Revised April 7, 2014 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 IApprovall Spec No. IClasssification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) I 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM 132240/13412/13792 I 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 I 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH I 1126199 33 05 13 HOPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area I 5/13105 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System I Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) I I 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowthe ASTM 3753 Non -traffic area I 08/30/06 I 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area I Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) I33 05 13 IManhole Frames and Covers I Westem Iron Works, Bass & Hays Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) " 3305 13 Manhole Frames and Covers Westem Iron Works, Bass & Hays Foundry 30024 24" Dia. * 3305 13 Manhole Frames and Covers McKinley It. Works Inc. A 24 AM 24" Dia. I 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. I 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. I33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N I33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N I33 05 13 Manhole Frames and Covers Pont-A-Moreson GTS-STD 24" the. I33 05 13 Manhole Frames and Covers Neenah Casting 24" the. I 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. I 7/25/03 3305 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. I 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. I 11/02/10 3305 13 30" Dia. MH Ring and Cover Sigma Corporation MH165IFWN & MH16502 30" Dia I 07/19/1 t 3305 13 30" Dia. MH Ring and Cover Star Pipe Products NIH32FTWSS-DC 30" Dia I 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 ASSFITO MI 05 & ASTM A536 30" Dia I 06/01/17 3405 13 30" Dia. MH Rine and Cover (Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. CAP-ONE-30-FTW, Composite, w/ Lock 09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hing 30" Dia. 10/07/21 34 O 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. * 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 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. Water & Sewer - Manholes & Bases/Precast Concrete Tev 1/8/13) * 33 39 10 Manhole, Precast Concrete Hydro Condurt Corp SPL Item -1 ASTM C 478 48" * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 12/0S/23 33 39 10 IManhole, Precast Concrete The Tumer Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" OS/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" I 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 I I 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" I I 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" I I 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" I I 10/07/21 33 3920 Manhole, Precast (Reinforced Polymer) Concrete Armon-k 48" & 60" I.D. Manhole w/32" Cone 48" & 60" I I 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 I ASTM C-478; ASTM C-923; -1/07/23 33 3920 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-443 I 03/07/23 33 3920 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardscp 48" & 60" I.D. Manhole w/32" Cone I I 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amiteeh USA Meyer Polycrete Pipe I I I I Sewer -(WAC) Wastewater Access Chamber 33 39 40 I I Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious IE1-14 Manhole Rehab Systems Ouadex I 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Relmer MSP E1-14 Manhole Rehab Systems AP/M Permaform I 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System I 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 I08/30/06 I General Concrete Repair FlexKrete Technologies Vinyl Polyester Reparr Product Misc. Use I * From Original Standard Products List 1 FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST (Approval Spec No. IClasssification I Manufacturer Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Spravrog, 12/14/01 Coating for Corrosion protection(Exterior) ERTECH 01/31/06 Coatings for Corrosion Protection Chesterton 8/28/2006 Coatings for Corrosion Protection Warren Environmental 33 01 16, 33 39 10, 03/19/18 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams Water & Sewer - Manhole Inserts - Field Onerations Use Only (Rev 2/3/16) * 33 05 13 Manhole Insert Knutson Enterprises * 3305 13 Manhole Insert South Western Packaging * 33 05 13 Manhole Insert Nofiow-Inflow 09/23/96 3305 13 Manhole Insert Southwestem Packing & Seals, Inc. 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. Water & Sewer - Pine Casine Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. 04/22/87 Casing Spacers Cascade Waterworks Manufacturing 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator 05/10/11 Stainless Steel Casing Spacer Powerseal 03/19/18 Casing Spacers BWM 03/19/18 Casing Spacers BWM 03/29/22 3305 13 Casing Spacers CCI Pipeline Systems Water & Sewer - PiDes/Ductile Iron 33-11-10(1/8/13) Model No. National Spec Spray Wall Polyurethane Coating ASTM D639/D790 Series 20230 and 2100 (Asphatic Emulsion) Arc 791, S1BB, Sl, S2 Acid Resistance Test S-301 and M-301 RR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion) Made to Order - Plastic ASTM D 1248 Made to Order - Plastic ASTM D 1248 Made to Order - Plastic ASTM D 1248 Lifesaver - Stainless Steel TetherLok- Stainless Steel Carbon Steel Spacers, Model SI Stainless Steel Spacer, Model SSI Casing Spacers Stainless Steel Casing Spacer Coated Steel Casin Spacers 4810 Powerchock SS-12 Casing Spacer(Stainless Steel) FB-12 Casing Spacer (Coated Carbon Steel) for Non_rressme Pipe and Grouted Casing CSC12, CSS12 * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AW WA C150, C151 08/24/18 33 11 10 Ductile It. Pipe American Ductile Iron Pipe Co. American Futile Pipe (Bell Spigot) AW WA C150, C151 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AW WA C150, C151 * 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 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatin¢s/Enoxv 33-39-60 (01/08/13) 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 21ORS LA County #210-1.33 12/14/01 Epoxy Lining System Enech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protean 401 ASTM B-117 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1BB, Sl, S2 Acid Resistance Test 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer - Coatin¢s/Polvurethane Updated:12/29/2023 Size Structures Only Sewer Applications Sealer Applications For Exterior Coating of Concrete Structures Only For 24" dia. For 24" dia. For 24" dia. For 24" dia. For 24" dia Up to 48" Up to 48" Up to 48" 3" fl m 24" 4" thm 30" 4" thm 30" Ductile Iron Pipe Only Sewer Applications Sealer Applications Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - Pines/Concrete * E:- Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * E I-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E I-04 Conc. Pipe, Reinforced Hanson Concrete Products - - - -, - ASTM C 76 * E I-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pine Enlarement Svstem (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM CorP.. Piscata WaY, N.J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously * From Original Standard Products List 2 FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 (Approval Spec No. )Classsification Manufacturer Model No. National Spec Size Sewer- PiDe/Fiber0ass Reinforced/33-31-13(1/8/13) 7/21/97 33 31 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Helios Pipe (Non -Pressure) ASTM D3262/D3754 03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 3331 13 Glass -Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 03/07/23 3331 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D3262, ASTM D3681, ASTM D4161, AW WA M45 Sewer - PiDe/Polvmer PIDe 4/14/05 Polymer Modified Concrete Pioe Anech USA MPolwrete Pipe ASTM C33, A276, -17 8" to 102", Class V 06/09/10 EI-9 Reinforced Polvmer Concrete Pipe UmS Composite Pipe Reinforcedeyer Polymer Concrete Pioe ASTM C-76 Sewer - PiDes/HDPE 33-31-23(1/8/13) * High -density polyethylene pipe Phillips Driswpipe, Inc. Ovticore Ductile Polyethylene Pipe ASTM D 1248 8" * High -density polyethylene pipe Plexco Inc. ASTM D 1248 8" * High -density polyethylene pipe Polly Pipe, Inc. ASTMD 1248 8" High -density Polyethylene pipe CSR Hydro Conduit/Pioeline Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - PiDes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-13 DR -Id PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AW WA C900 4" thru 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" Sewer - PiDes/PVC* 33-31-20 (7/1/13), * 33-31-20 PVC Sewer Pioe 1-M Manufacturing Co., Inc. (JM Eagle) SDR-26 (PS115) ASTM D 3034 4" - 15" 12/23/97* 33-31-20 PVC Sewer Pioe Diamond Plastics Corporation SDR-26 (PS115) ASTM D 3034 4" thin 15" * 33-31-20 PVC Sewer Pioe Lamson Vylm Pipe SDR-26 (PSI 15) ASTM D 3034 4" thm 15" 12/05/23 33-31-20 PVC Sewer Pie Vin (tech PVC Pie SDR-26 PS115 ASTM D3034 4" thm 15" 12/05/23 33-31-20 PVC Sewer Pie Vin ltech PVC Pie Grovi Sewer PS 115 ASTM F 679 18" * 33-31-20 PVC Sewer PiJje J-M Manufacmrinv�Co, Inc (JM Eagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plashes Corporation PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 (PS 115) Gasket Finings ASTM D-3034, D-1784, etc 4" - 15" * 33-31-20 PVC Sewer Fittings Plastic Trends, Ine.(Westlak) Gasketed PVC Sewer Main Fittings ASTM D 3034 1 3/19/2018 33 3120 PVC Sewer Pipe Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24" 1 3/19/2018 33 3120 PVC Sewer PTe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 11" 1 3/29/2019 33 3120 Gasketed Fittings (PVC) GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 33 3120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" 1 10/22/2020 33 3120 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 333120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 18"-36" Sewer - PiDes/Rehab/CIPP 33-31-12 (01/18/131 * Cured in Place Pioe In in— Texark, Inc ASTM F 1216 05/03/99 Cured in Place Pioe National Envirotech Group National Liner, (SPL) Item #27 ASF-1216/D-5813 05/29/96 Cured in Place Pipe Remolds Inc/Inliner Technol" (Inliner USA) Inlmer Technology ASTM F 1216 Sewer - Piues/Rehab/Fold & Form * Fold and Form Pipe Cullum Pipe Systems, hic. 11/03/98 Fold and Form Pipe Insimform Technologies, Inc. Insituform "NuPine" ASTM F-1504 Fold and Form Pipe American Pipe & Plastics, Inc. Demo. Purpose Only 12/04/00 Fold and Form Pipe Ultralner Ultraliner PVC Alloy Pipelmer ASTM F-1504, 1871, 1867 06/09/03 Fold and Form Pipe Miller Pipeline Com. EX Method ASTM F-1504, F-1947 UP to 18" diameter Sewer - PiDeS/ODen PCoelle Laree Diameter 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Lamson Vylon Pipe Carlon Vylon H.C. Closed Profile Pipe, ASTM F 679 18" to 48" 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Extrusion Technologies, Inc. Ultra -Rib Open Profile Sewer Pipe ASTM F 679 18" to 48" E100-2 PVC Sewer Pipe, Ribbed Up -or ETI Company 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double Wall Advanced Drainage Systems (ADS) SaniTite UP Double Wall (Corrugated) ASTM F 2736 24"-30" 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple Wall Advanced Drainage Systems (ADS) SaniTite HP Triple Wall Pipe ASTM F 2764 30" to 60" * From Original Standard Products List 3 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 (Approval Spec No. IClasssification Manufacturer Model No. National Spec Size Water - Aoour-enances 33-12-10 (07/01/13) 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blau 4317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, ON Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 61 OMT 3/4" and 1" 10/27/87 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M 1'/:" 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. -2-7-L 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 - ^' FB600-4-NL, FB1600-4-NL, B11-444-WR- 1111.1. 33-12-10 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. 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 1-1/3" B-25000N, B-20200N-3,H-15000N, H- AWWA C800, ANSF 61, 1111.1. 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"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 up to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-1EPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-1EPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-1EPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 Water - Bolts. Nuts. and Gaskets 33-11-05 (01/08/13). Water - Combination Air Release 33-31-70 (01/08/13) * E1-11 Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" * E1-11 [rarbombination inationAir Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 11" 1" & 2" E1-11 ombination Air Release Valve Valve and Primer Corp. APCO 4143C, #145C and #147C 1", 2" & 3" Water - Dry Barrel Fire Hvdrants 33-1240 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American -Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 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 l0/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Centurion AWWA C-502 Shop Drawing FH-12 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 EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AW WA 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 4 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 IApprovall Spec No. IClasssification Manufacturer Model No. National Spec Size Water - Pines/PVC (Pressure Water) 33-31-70 (01/08/13) AWWA C900, AW WA C605, 12/05/23 33-I1-12 PVC Pressure Pie Vin loch PVC Pipe DR14 ASTM D1784 V-16" AWWA C900, AWWA C605, 12/OS/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18 ASTM D1784 16"-18" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" 1 3/19/2018 3311 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" 1 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Comoration DR 14 AWWA C900 4"-12" 5/25/2018 33 11 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 Manufacturing 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" Water - PlDes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13) 07/23/92 EI-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AW WA C153 & C110 * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittin, @ AWWA C 110 * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Finings, SSB lass 350 AWWA C 153, C 110, C III 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Finings, SSB Class 351 AWWA C 153, C 110, C 112 02/26/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Finings AWWA C153 4"-12" 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" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Um-Flange Uni-Flange Series 1500 Circle -Lock AW WA C111/C153 4" to 24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AWWA C111/C116/C153 4" to 12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AWWA C111/C116/C153 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe) AWWA C111/C116/C153 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC10 AW WA C111/C153 4" to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AW WA C111/C153 4" to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AW WA C111/C153 12" to 24" 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AWWA C153 4" - 24" 10/12/10 E1-24 Interim Restrained Joint Svstem S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) Mechanical Joint Fittings AWWA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargnp Series 4000 ASTM A536 AW WA CI I I 11/07/16 33-11-I1 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AW WA CI I I EZ Grip Joint Restraint (EZD) Black For DIP 03/19/18 33-11-I1 Mechanical Joint Retaner Glands SIP Industries(Serampore) ASTM A536 AW WA CI I I 3"-48" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-11-I1 Mechanical Joint Retainer Glands SIP Industries(Serampore) DR14 PVC Pipe ASTM A536 AW WA CI I I 4"-12" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-11-I1 Mechanical Joint Retainer Glands SIP Industries(Serampore) DR18 PVC Pipe ASTM A536 AW WA CI I I 16"-24" Water - Pines/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15) Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36" 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AWWA C515 20" and 24" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AWWA C515 16" 10/24/00 E1-26 Resilient Wedge Gate Valve American Plow Control Series 2500 (Ductile Iron) AWWA C515 4" to 12" 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48" 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12" 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" * E1-26 Resilient Seated Gate Valve M&H 4" - 12" * E1-26 Resilient Seated Gate Valve Mueller Co. 4" - 12" 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AWWA C515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AWWA C515 24" and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AWWA C515 30" and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AWWA C515 42" and 48" 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4" - 12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AWWA C515 16" 11/08/99 EI-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AWWA C515 24" and smaller 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3) 11/30/12 ReaihentW Gate Valve eGate Clow Valve Co. Clow Valve Model 2638 AWWA C515 24" to 48" ote 3) 05/08/91 E1-26 Resilient Seat Valve Stockham Valves & Finings AWWA C 509, ANSI 420 - stem, 4" - * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. Met,,, a1250, requirements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) IIIFlowMester Gate Valve & Boxes 08/24/18 Mateo Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16" * From Original Standard Products List 5 FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 (Approval Spec No. [Classsification Manufacturer Water - PiDes alves & Fittings/Rubber Seated Batter Valve 33-12-21 (07/10/14) Model No. National Spec Size * y E1-30 Rubber Seated Butterfly Valve Hei ry Pratt Co. AW WA C-504 24" * E1-30 Rubber Seated Butterfly Valve Mueller Co. AW WA C-504 24"and smaller 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AW WA C-504 24" and larger 06/12/03 E1-30 Valmatic American Butterfly Valve Valmanc Valve and Manufacturing Com. 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 1221 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AW WA C504 Butterfly Valve AW WA C-504 30"-54" Water - Polvethvlene Encasement 33-11-10 (01/08/13) 05/12/05 E1-13 Polyethylene Encasment Fl—ol Packaging Fulton Entemrises AW WA C105 8 mil LLD 05/12/05 E1-13 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 - SamDlinE Station 03/07/23 33 12 50 l Water Sampling Station Eclipse Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50 Water - Automatic Flusher HG6-A-IN-2-BRN-LPRR(Portable) 1.110 Automated Flushing System Mueller Hydroguard HG2-A-IN--2-PVC-018-LPLG(Perinanent) 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800we 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the regmrements of the Technical Specification w 11 override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Yellow Highlight indicates recent changes * From Original Standard Products List Fo RT WORTH,:, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF O1/29/2024 i�pproval Spec No. Concrete Classification Manutactmer NIod'I 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 OIJAF382 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 DI OO00001737 4500 psi Concrete for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Argos DI OO00001791 4500 psi Concrete for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Argos D10000001793 4500 psi Concrete for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Argos D10000001103 4500 psi Concrete for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Argos DI OO00002107 4500 psi Concrete for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Argos DI OO00001273 4500 psi Concrete for Hand Placed Paving 19/9/2022 03 3000 Mix Design Argos DI OO00001617 3600 psi Concrete for Machine Placed Paving 19/9/2022 03 3000 Mix Design Argos DI OO00008381 4500 psi Concrete for HES Paving 19/9/2022 03 30 00 Mix Design Argos DI OO00009857 50 psi Flowable Fill - CLSM 19/9/2022 03 30 00 Mix Design Argos DI OO00001055 3000 psi Concrete for Inlets, Junction Boxes, Manholes, Channel Liners, Sidewalks, Driveways, Curb & Gutter 19/9/2022 03 30 00 Mix Design Argos DIOO0001043S 3000 psi Concrete for Sidewalks, Curbs 19/9/2022 03 30 00 Mix Design Argos DIOO0001565S 3000 psi Concrete for Curbs, Curb & Gutters, Sidewalks, Driveways, ADA Ramps 19/9/2022 03 30 00 Mix Design Argos DIOO0001615 3600 psi Concrete for Inlets, Boxes, Encasement, Blocki7 19/9/2022 03 30 00 Mix Desiigr Argos D10000001061 3600 psi Concrete for Inlets, Boxes, Encasement, Blockm 19/9/2022 03 30 00 Mix Design Argos D10000001083S 4000 psi Concrete for Valve Pads, Inlets, Structures, He walls, 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 D10000001685 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 1681 4000 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 15/2/2023 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 Borneo Texas 45U500BG 4500 psi Concrete Mix for Hand Placed Paving, Storm Structures 19/9/2022 03 30 00 Mix Design Borneo Texas 40U553BG 4000 psi Concrete Mix for Machine Placed Paving 19/9/2022 03 30 00 Mix Design Bumco Texas 55U120AG 4000 psi Concrete Mix for High Early Strength Paving 19/9/2022 03 30 00 Mix Design Borneo Texas 30U100AG 3000 psi Concrete Mix for Pipe Collars, Inlets, Thrust Blocks, Sidewalks, ADA Ramps 19/9/2022 03 30 00 Mix Design Borneo Texas 30U1O1AG 3000 psi Concrete Mix for Flatwork I9/9/2022 03 30 00 Mix Design Barren Texas 30U500BG 3000 psi Concrete Mix for Blocking, Encasement, Curb Inlets, Junction Boxes, Fire Hydrant Pads, Driveways, Curb & Gutters, Sidewalks, ADA Ramps 19/9/2022 03 30 00 Mix Design Burnco Texas 40U500BG 4000 psi Concrete Mix for Storm Drain Structures, Driveways, Screen Walls, Collars 19/9/2022 03 30 00 Mix Design Burnco Texas 36U500BG 3600 psi Concrete Mix for Lighting and Traffic Signal Foundations 19/9/2022 03 30 00 Mix Design Burnco Texas 08Y450BA 800 psi Concrete Mix for Base for Trench Repair 19/9/2022 03 30 00 Mix Design Burnco Texas OIY690BF 100 psi Concrete Mix for Flowable Fill 1 1/8/2024 03 30 00 Mix Design Burnco Texas 36U502BG / 5.74 Sacks / 3,600 psi Concrete Mix for Lighting & Traffic Signal Foundations 14/1/2023 03 34 16 Mix Design Burnco Texas l OYH50BF 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 Cbarleys Concrete 4142 3600 psi Concrete for Curb Inlets, Junction Boxes 19/9/2022 03 30 00 Mix Design Charleys Concrete 4518 4000 psi Concrete for Headwalls, Win Walls Zed 19/9/2022 03 30 00 Mix Design Charleys Concrete 5167 3600 psi Concrete Mix for Machine Paving 19/9/2022 03 30 00 Mix Design Cbarleys Concrete 4609 4500 psi Concrete Mix for Hand Placed Paving, Manholes 19/9/2022 03 30 00 Mix Design Charleys Concrete 6103 4500 psi Concrete Mix for Hand Placed Paving, Manholes 19/9/2022 03 30 00 Mix Design Charleys Concrete 4502 3000 psi Concrete Mix for Sidewalks 19/9/2022 03 30 00 Mix Design Charleys Concrete 3759 3000 psi Concrete Mix for Sidewalks 19/9/2022 03 30 00 Mix Design Charleys Concrete 1502 150 psi Concrete for Flowable Fill-CLSM 19/9/2022 03 30 00 Mix Design Charleys Concrete 1518 150 Psi Concrete for Flowable Fill-CLSM 19/9/2022 03 30 00 Mix Design Charleys Concrete 5642 4000 psi Concrete for Storm Drain Structures 19/9/2022 03 30 00 Mix Design Charleys Concrete 6595 5000 psi Concrete Mix for High Early Strength Paving 19/9/2022 03 30 00 Mix Design Charleys Concrete 6589 4500 psi Concrete Mix for High Early Strength Paving 19/9/2022 03 30 00 Mix Design Chisholm Trail Redi Mix C 13020AE 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 Fo RT WORTH,:, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT Spec No. STANDARD PRODUCTS LIST AS OF O1/29/2024 Clas,,ffic.tiori Manutaot., Model No. National Spec i�pproval Concrete (Cot tinned) er 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 45NG25H 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 36JA001J 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 CLNG25II 3600 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 3000 Mix Design Cow Town Redi Mix 250 3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps 19/9/2022 03 3000 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 0334 13 Mix Design Cow Town Redi Mix 220-8 50 psi Concrete Mix for Flowable Fill - CLSM 19/9/2022 0334 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 370-1NC 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 3000 Mix Design Cow Town Redi Mix 255-LP 3000 psi Concrete Mix for Curb & Gutter 19/9/2022 03 3000 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 1 1/29/2024 34 13 13 Mix Design Estrada Ready Mix 4575AESC / 7.50 Sacks / 4,500 psi (3,000 psi (off 3-day) Concrete for HES Paving 1 1/29/2024 03 30 00 Mix Design Estrada Ready Mix R3050AEWR / 5.00 Sacks / 3,000 psi Concrete for Sidewalks, Ramps, Inlets, and Manholes 1 1/29/2024 03 30 00 Mix Design Estrada Ready Mix R3655AEWR / 5.50 Sacks / 3,600 psi Concrete for Headwalls, Wingwalls, and Culverts 1 1/29/2024 03 30 00 Mix Design Estrada Ready Mix R4060AEWR / 6.00 Sacks / 4,000 psi Concrete for Bridge Slabs, Top Slabs, and Approach Slabs 1 1/29/2024 32 13 13 Mix Design Estrada Ready Mix R4560AEWR/ 6.00 Sacks / 4,500 psi Concrete for Hand Placed 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 GCHV5 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 2M1vVR-70J23504 3000 psi Concrete for Sidewalks, ADA Ramps 19/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2M18VR-147QW5D5 3000 psi Concrete Mix for Sidewalks, ADA Ramps 19/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2M1,VR-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-IOMQS50N 4500 psi Concrete for Hand Placed Paving 19/9/2022 03 30 00 Mix Des lip Ingram Concrete & Aggregates 161PS5EM 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 Rams I4/7/2023 03 30 00 mix Design Ingram Concrete & Aggregates 1OLQS50N 3,600 psi Concrete for Drilled Shafts/Lighting an Traffic Signal Foundations 19/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 161PS5EM 4500 psi Concrete Mix for Hand Placed Paving FORT WORTH,:, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT Approval Spec No. STANDARD PRODUCTS LIST AS OF 01/29/2024 Classification Manut-fto Modd No. National Spec I Concrete(Continued) e, 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, hic. 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 112/15/2022 3 30 00 Mix Design Holcim - SOP, Inc. 3741 100 psi concrete for flowable flWCSLM 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 3000 Mix Design Holcim - SOR, Inc. 9600 3600 psi Concrete for Drill Shafts/Lighting and Traffic Signal Foundations 19/9/2022 03 3000 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 19/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 1551 3000 psi Concrete Mix for Blocking 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 Lipoid Stone C361DNFA 3,600 Qsi Concrete for Retainin%p��wall, driveway, junction box apron, arroach I4/7/2023 03 30 00 Mix Design Lipoid Stone C361DHR 3,600 psi Concrete for Drilled Shaft/Lighting and Traffic Signal Foundations 11/24/2023 03 30 00 Mix Design Liquid Stone C451DHR-A 450Isi 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 & Rams 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 1 11/2/2022 32 13 13 Mix Design Martin Marietta Q2141 K30 4,000 psi Concrete for Machine Placed Paving 1 11/2/2022 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 34 13 13 Mix Design Martin Marietta R2146P36 4,500 psi Concrete for Hand Placed Paving 1 11/2/2022 32 13 13 Mix Design Martin Marietta R2146K36 4,500 psi Concrete for Hand Placed Paving 1 11 /2/2022 32 13 13 Mix Design Martin Marietta R2146N35 / 6.11 sacks / 4,500 psi concrete for Hand Place Paving, Inlets, Manholes, Headwalls 1 11 /2/2022 32 13 13 Mix Design Martin Marietta R2146K34 4,000 psi Concrete for Inlets, Manholes, Headwalls 1 11/2/2022 32 13 13 Mix Design Martin Marietta R2141N24 4,000 psi Concrete for Sidewalks and Rams 1 11/2/2022 32 13 13 Mix Design Martin Marietta R2141K24 4,000 psi Concrete for Junction Boxes, 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 14/1/2023 32 13 20 Mix Design Martin Marietta R2136N14 / 5.00 sacks / 3,000 psi concrete for Sidewalks 14/1/2023 03 30 00 Mix Design Martin Marietta R2146P33 / 6.01 sacks / 4,000 psi concrete for Bridge Deck 14/1/2023 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 na, 24 his.) for HES Paving 14/1/2023 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 or Hand Placed Paving 14/1/2023 03 30 00 Mix Design Martin Marietta R2141030 4,000 psi Concrete for Ripmp Fo RT WORTH,:, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT Approval Spec No. STANDARD PRODUCTS LIST AS OF O1/29/2024 Clas,,ifir.tiori Manufactmer NIod'I No. National Spec Concrete(Continued) 15/3/2023 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 1320 Mix Design Martin Marietta R2136N20 3,000 psi Concrete for Sidewalks and Ramps 1 6/27/2023 03 30 00 Mix Design Martin Marietta U2146N41 / 6.44sacks / 3,600 psi Concrete for Drilled Shafts / Lighting and Traffic Signal Foundations 1 6/27/2023 03 30 00 Mix Design Martin Marietta U2146K45 / 6.65 sacks / 3,600 psi Concrete for Drilled Shafts / Lighting and Trafic Signal Foundations 18/4/2023 03 30 00 Mix Design Martin Marietta U2146R41 / 6.44 sacks / 4,500 psi Concrete for Drilled Piers/Light Pole bases. 18/4/2023 03 30 00 Mix Design Martin Marietta R21361114 / 5.00 sacks / 3,500 psi Concrete for Sidewalks and Ramps 18/4/2023 32 13 20 Mix Design Martin Marietta R21411124 / 5.53 / 4,000 psi Concrete for Junction Box, Box Culvert, Sidewalks and Ramps. 18/4/2023 03 30 00 Mix Design Martin Marietta R21461135 / 6.11 / 4,500 psi Concrete for Inlets, Manholes, and Headwalls 18/4/2023 32 13 13 Mix Design Martin Marietta R21461136 / 6.17 / 4,500 psi Concrete for Hand Placed Paving 1 8/30/2023 03 30 00 Mix Design Martin Marietta R2141R30 / 5.85 SK / 4,000 psi Concrete for Box Culverts & Headwalls 18/4/2023 32 13 13 Mix Design Martin Marietta Q214IR27 / 5.69 sacks / 4,000 psi Concrete for Machine Placed Paving 1 11/20/2023 03 30 00 Mix Design Martin Marietta R2146R33 / 6.01 Sacks / 4,000 psi Concrete Mix for CIP Sewer Manholes 1 11/20/2023 03 30 00 Mix Design Martin Marietta R2146K33 / 6.01 Sacks / 4,000 psi Concrete Mix for CIP Sewer Manholes. 1 12/22/2023 32 13 13 Mix Design Martin Marietta R2146R44 / 6.60 Sacks / 4,500 psi Concrete Mix for Hand Placed Paving 1 12/22/2023 32 13 13 Mix Design Martin Marietta R2146K44 / 6.60 Sacks / 4,500 psi Concrete Mix for Hand Placed Paving 19/9/2022 32 13 20 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 Read, Mix TX C-NY 3000 psi Concrete Mix for Curb Inlets 1 9/12/2023 03 30 00 Mix Design NBR Ready Mix CLS P 1-YY / 6.00 Sacks / 4,000 psi Concrete for Collars, Manholes, Box Culverts 110/4/2023 03 30 00 Mix Design N13R Ready Mix CLS A-YY / 5.00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter 110/4/2023 03 30 00 Mix Design N13R Ready Mix CLS A -NY/ 5.00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter 110/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF-YY / 5.50 Sacks / 3,600 psi Concrete for Machine Placed Paving 110/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF -NY 5.50 Sacks / 3,600 psi Concrete for Machine Placed Paving 110/4/2023 32 13 13 Mix Design NBR Ready Mix CLS P2-YY / 6.50 Sacks / 4,500 psi Concrete for Hand Placed Paving 110/4/2023 32 13 13 Mix Design NBR Ready Mix CLS P2-NY / 6.50 Sacks / 4,500 psi Conerte for Hand Placed Paving 110/4/2023 0334 13 Mix Design NBR Ready Mix FTW FLOW FILL / 150 psi concrete for Flowable 17/10/2023 03 30 00 Mix Desing Osborn 30A50MR / 5 SK / 3,000 psi Concrete for Sidewalks 17/10/2023 32 13 13 Mix Design Osborn 45A60MR / 6 SK / 4,500 psi Concrete for Hand Placed Paving 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 / I8/2023 03 30 00 Mix Design Rapid Redi Mix RRM5320A 3000 psi Concrete for Blocking 1 1/18/2023 03 30 00 Mix Design Rapid Redi Mix RRM5020A 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 VOJ11524 3000 psi Concrete Mix for Curb & Gutter 19/9/2022 03 34 13 Mix Design Redi-Mix FOCIO021 215 psi Flowable Fill - CLSM 19/9/2022 03 30 00 Mix Design Redi-Mix 1OJ11524 3000 psi Concrete Mix for Driveways, Sidewalks, ADA Ramps 19/9/2022 03 30 00 Mix Design Redi-Mix 1 OJI 1504 3000 psi Concrete Mix for Sidewalks 19/9/2022 03 30 00 Mix Design Redi-Mix IOU 1504 / 6.00 Sacks / 4,000 psi Concrete Mix for Sidewalks, Curb & Gutter, Sewer Manhole, Inlets, & Junction Boxes 19/9/2022 03 30 00 Mix Design Redi-Mix IOU 1524 / 6.00 Sacks / 4,000 psi Concrete Mix Manholes, Inlets, Junction Boxes, Headwalls 19/9/2022 03 3000 Mix Design Redi-Mix IRJ11524 3500 psi Concrete Mix for Thrust Blocks, Valve Pads 19/29/2022 03 3000 Mix Design Redi-Mix 1 OL21524 4000 psi Concrete Mix for Manholes 19/9/2022 03 3000 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 1OL115E4 3600 psi Concrete Mix for Bridge substructures 19/9/2022 03 30 00 Mix Design Redi-Mix 156115D4 4000 psi Bridge Slabs 19/9/2022 0334 13 Mix Design Redi-Mix F35238VN 100 psi Flowable Fill - CLSM 19/9/2022 0334 13 Mix Design Redi-Mix FOD138VM 100 psi Flowable Fill - CLSM 19/9/2022 0334 13 Mix Design Redi-Mix 1 OJI 1554 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 1 OK11524 3600 psi Concrete Mix for Encasement 19/9/2022 03 30 00 Mix Design Redi-Mix 1ON11507 4500 psi (2600 psi @ 24 his.) Concrete Mix for HES Paving 19/9/2022 03 30 00 Mix Design Redi-Mix 1 ON11504 5000 psi (3600 psi (il 2 days) Concrete Mix for HES Paving 19/9/2022 03 30 00 Mix Design Redi-Mix 50K11524 3600 psi Concrete Mix for Machine Placed Paving 19/9/2022 03 30 00 Mix Design Redi-Mix 1 OM115D4 4500 psi Concrete Mix for Hand Placed Paving, Storm Drain Structures 19/9/2022 03 30 00 Mix Design Redi-Mix 1 OM11524 4500 psi Concrete Mix for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Redi-Mix 1 OM11504 4500 psi Concrete Mix for Hand Placed Paving 19/9/2022 03 30 00 Mix Design Redi-Mix 145CD51`4 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 1 OK115C4 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 1 OL115C4 3600 psi Concrete for Manhole, Inlet, Junction Box, Headwall 15/15/2023 03 3000 Mix Design Redi-Mix 80LI15D5 3600 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations 15/15/2023 03 30 00 Mix Design Redi-Mix 1ON115D6 Slurry Displacement Shafts, Underwater Drilled shafts 19/9/2022 0334 13 Mix Design SRM Concrete 30000 3,000 psi Concrete for Sidewalks and Ramps, Curb & Gutter 19/9/2022 0334 13 Mix Design SRM Concrete 40050 4,000 psi Concrete for Headwalls, Retaininpf Wall, Collars 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 FORT WORTH,:, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT Approval Spec No. STANDARD PRODUCTS LIST AS OF O1/29/2024 Classification Manutactuo Nlodd No. National Spec I Concrete(Continued) er 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 45000 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 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 15/5/2023 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 FW60AHP 4500 psi Concrete Mix for Hand Placed Paving 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 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 FW5520AW 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 0334 13 Mix Design Tarrant Concrete FWFF150CLSM 50-150 psi Flowable Fill - CLSM 19/9/2022 0334 13 Mix Desiigi Tarrant Concrete FWFF275 50-150 psi Flowable Fill - CLSM 19/9/2022 03 30 00 Mix Desripi 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 Designs 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 1 11/30/2023 32 13 13 Mix Design Wildcatter Redi-Mix 3620AI / 6.00 Sacks / 3,600 psi Concrete Mix for Machine Placed Paving 1 11/20/2023 32 13 13 Mix Design Wildcatter Redi-Mix 4520AI / 6.50 Sacks / 4,500 psi Concrete Mix for Hand Placed paving 1 11/20/2023 03 30 00 Mix Design Wildcatter Redi-Mix 3020AI / 5.00 Sacks / 3,000 psi Concrete Mix for Sidewalks and Inlets 1 11/30/2023 03 30 00 Mix Design Wildcatter Redi-Mix 4020AI / 6.00 Sacks / 4,000 psi Concrete Mix for Sidewalks and Inlets 19/9/2022 03 3000 Mix Design Wise Redi Mix 3678 3600 psi Concrete Mix for Lighting and Traffic Signal Foundations Asphalt Pavi9 i 19/9/2022 32 12 16 Mix Design Austin Asphalt FT5D137965 PG64-22 Tvpe D Fine Surface 19/9/2022 3212 16 Mix Design Austin Asphalt DA51)135965 PG64-22 Type D Fine Surface 19/9/2022 32 12 16 Mix Design Austin Asphalt FT513117965 PG64-22 Type B Fine Base 19/9/2022 32 12 16 Mix Design Austin Asphalt FTlB139965 PG64-22 Type B Fine Base 19/9/2022 32 12 16 Mix Design Austin Asphalt FT 1B 117.2 PG64-22 Type B Fine Base 19/9/2022 32 12 16 Mix Design Reynolds Asphalt 1901D PG64-22 Type D Fine Surface 19/9/2022 32 12 16 Mix Design Reynolds Asphalt 1112B PG64-22 Type B Fine Base 19/9/2022 32 12 16 Mix Designs Reynolds Asphalt 1612B PG64-22 Type B Fine Base 1 11/20/2023 32 12 16 Mix Design Reynolds Asphalt 2101D PG64-22 Type D Fine Surface 19/9/2022 32 12 16 Mix Design Surmount Paving 341DV6422 PG64-22 Type D Fine Surface 1 11/26/2022 32 12 16 Mix Design Surmount Paving 340DV6422 PG64-22 Type D Fine Surface 1 12/5/2022 33 1216 Mix Design Surmount Paving 3076BV6422 PG62-22 Type B Fine Base 19/9/2022 32 12 16 Mix Design Sunmount Paving 341-BRAP6422ERG PG64-22 Type B Fine Base 19/9/2022 32 12 16 Mix Design TXBIT 37-211305-20 PG64-22 Type B Fine Base 19/9/2022 32 12 16 Mix Design TXBIT 44-211305-17 PG64-22 Type B Fine Base 19/9/2022 32 12 16 Mix Design TXBIT 211305 (1757) PG64-22 Type B Fine Base 19/9/2022 32 12 16 Mix Design TXBIT 222475 (1857) PG64-22 Type D Fine Surface 19/9/2022 32 12 16 Mix Design TXBIT 29-222475-19 PG64-22 Type D Fine Surface 19/9/2022 32 12 16 Mix Design TXBIT 1-222475-20 PG64-22 Type D Fine Surface 19/9/2022 32 12 16 Mix Design TXBIT 64-224125-18 PG70-22 Type D Fine Surface 19/9/2022 32 12 16 Mix Design TXBIT 12-222475-19 PG64-22 Type D Fine Surface oRT WORTH,:, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 01/29/2024 Approval Spec No. Classification Manufactmer Model No. Nad A Spec 1 Detectable Warni Surface 19/9/2022 32 13 20 D V - 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, I Armor Tile 19/9/2022 32 1320 DWS - Composite ADA Solutions (Wilmington, MA) Heritage Brick CIP Composite Paver 14/7/2023 32 13 20 DWS - Pavers ADA Solutions (Wihnington, MA) Detectable Warning Pavers Silicone Joint Sealant �9/9/2022 132 1373 Joint Sealant Dow 890SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 �9/9/2022 32 1373 Joint Sealant Trenton 900SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 19/9/2022 132 1373 Joint Sealant Pecom 300SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 19/9/2022 132 1373 Joint Sealant Crafco RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 Utili{� Trench Embedment Sand 19/9/2022 33 OS 10 Embedment Sand Silver Creek Materials Utility Embedment Sand ASTM C33 19/9/2022 3305 10 Embedment Sand Crouch Materials Utility Embedment Sand ASTM C33 19/9/2022 3305 10 Embedment Sand F and L Dot Movers Utility Embedment Sand ASTM C33 19/9/2022 3305 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33 19/9/2022 3305 10 Embedment Sand Tin Top Martin Marietta Utility Embedment Sand ASTM C33 Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 19/28/2018 3305 13 Manhole Frames and Covers AccuCast (Govind Steel Company, LTD) MHRC #220605 (Size - **24" Dia.) ASTM A48 AASHTO M306 19/28/2018 3305 13 Manhole Cover Neenah Foundry NF-1274-T91 (Size - 32" Dial ASTM A48 AASHTO M306 19/28/2018 3305 13 Manhole Frames and Covers Neenah Foundry NF-1743-LM (Hinged) (Size - 32" Dial ASTM A48 AASHTO M306 19/28/2018 3305 13 Manhole Frame Neenah Foundry NF-1930-30 (Size - 32.25" Dial ASTM A48 AASHTO M306 19/28/2018 3305 13 Manhole Frames and Covers Neenah Foundry R-1743-HV (Size - 32" Dial ASTM A48 AASHTO M306 14/3/2019 3305 13 Manhole Frames and Covers SIP Industries ++ 2279ST (Size - 24" Dial ASTM A48 AASHTO M306 14/3/2019 3305 13 Manhole Frames and Covers SIP Industries ++ 2280ST (Size - 32" Dial ASTM A48 AASHTO M306 110/8/2020 3305 13 Manhole Frames and Covers EJ ( Formall� East Jordan Iron Works) EJ1033 Z2/A (Size - 32.25" Dia.) ASTM A536 AASHTO M306 —Note: All new development and new installation manhole lids star meet the minrmum 30-inch opening requirement m specifies in City Specification 33 0513. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers. FORT WORTH,:, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT Approval Spec No. STANDARD PRODUCTS LIST AS OF 01/29/2024 Clas,,ifir.tion Nlanutactmer NIod'I No. National Spec Storm Sewer - Inlet & Structures 33-05-13 110/8/2020 33 49 20 Curb Inlets Fortetn'a FRT-lOx3-405-PRECAST** (Size - 10' X 31 ASTM C913 110/8/2020 33 49 20 Curb Inlets Forterrra FRT-100-406-PRECAST** (Size - 10' X 3� ASTM C913 110/8/2020 33 49 20 Curb Inlets Forterrra FRT-lOx4.5-407-PRECAST** (Size - 10' X 4.5� ASTM C913 110/8/2020 33 49 20 Curb Inlets Forterrra FRT-lOx4.5-420-PRECAST** (Size - 10' X 4.5� ASTM C913 110/8/2020 33 39 20 Manhole Forterrra FRT-4X4-409-PRECAST-TOP (Size - 4' X 4� ASTM C913 110/8/2020 33 39 20 Manhole Forterrra FRT-4X4-409-PRECAST-BASE (Size - 4' X 4� ASTM C913 1 10/8/2020 33 39 20 Manhole Forterrra FRT-5X5-410-PRECAST-TOP (Size - 5' X 51 ASTM C913 110/8/2020 33 39 20 Manhole Forterrra FRT-5X5-410-PRECAST-BASE (Size - 5' X 5) ASTM C913 110/8/2020 33 39 20 Manhole Forterrra FRT-6X6-411-PRECAST-TOP (Size - 6' X 61 ASTM C913 1 10/8/2020 33 39 20 Manhole Forterrra FRT-6X6-411-PRECAST-BASE (Size - 6' X 6) ASTM C913 13/19/2021 33 49 20 Curb Inlets Thompson P!oe Group TPG-lOX3-405-PRECAST INLET** (Size - 10' X 3) ASTM 615 13/19/2021 33 49 20 Curb Inlets Thompson PTe Group TPG-15X3-405-PRECAST INLET** (Size - 15' X 3) ASTM 615 13/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-20X3-405-PRECAST INLET** (Size - 20' X 7) ASTM 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST TOP (Size - 4' X 4') ASTM 615 13/19/2021 33 39 20 Manhole Thompson Ppe Group TPG-4X4-409-PRECAST BASE (Size - 4' X 4� ASTM 615 13/19/2021 33 39 20 Manhole Thompson Ppe Group TPG-4X4-412-PRECAST 4-FT RISER (Size - 4' X 4') ASTM 615 13/19/2021 33 39 20 Manhole Thompson Ppe Group TPG-5X5-410-PRECAST TOP (Size - 5' X 51 ASTM 615 13/19/2021 33 39 20 Manhole Thompson Ppe Group TPG-5X5-410-PRECAST BASE (Size - 5' X 5� ASTM 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-412-PRECAST 5-FT RISER (Size - 5' X 5� ASTM 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST TOP (Size - 6' X 6) ASTM 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST BASE (Size - 6' X 61 ASTM 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-412-PRECAST 6-FT RISER (Size - 6' X 6� ASTM 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST TOP (Size - TX 7) ASTM 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST BASE (Size - TX 7� ASTM 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-412-PRECAST 4-FT RISER (Size - TX 7� ASTM 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST TOP (Size - 8' X 8� ASTM 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST BASE (Size - 8' X 81 ASTM 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-412-PRECAST 5-FT RISER (Size - 8' X 8l ASTM 615 13/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-4X4-408-PRECAST INLET (Size - 4' X 41 ASTM 615 13/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-5X5-408-PRECAST INLET (Size - 5' X 5) ASTM 615 13/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-6X6-408-PRECAST INLET (Size - 6' X 6) ASTM 615 18/28/2023 33 49 10 Manhole Oldcastle Precast 4' x 4' Stacked Manhole (Size - 4' X 41 ASTM C478 18/29/2023 3349 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box (Size - 5' X 8) ASTM C478 18/28/2023 33 49 10 Manhole Oldcastle Precast 4' x 4' Storm Junction Box (Size - 4' X 4) ASTM C478 18/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 5' Storm Junction Box (Size - 5' X 5l ASTM C478 18/28/2023 33 49 10 Manhole Oldcastle Precast 6' x 6' Storm Junction Box (Size - 6' X 6� ASTM C478 18/28/2023 33 49 10 Manhole Oldcastle Precast 8' x 8' Storm Junction Box Base (Size - 8' X 8') ASTM C478 18/28/2023 3349 10 Manhole Oldcastle Precast Tx 8' Storm Junction Box Base (Size - 5' X 8') ASTM C478 18/28/2023 3349 10 Manhole Rinker Materials Reinforced 48" Diameter Spread Footing Manhole (Size - 4' X 4) ASTM C433 18/28/2023 33 3920 Curb Inlet 10 'x 3' Riser Thompson P?e Group Inlet Riser (Size - 3 FT) ASTM C913-16 18/28/2023 33 3920 Curb Inlet 15 'x T Riser Thompson P?e Group Inlet Riser (Size - 3 FT) ASTM C913-16 18/28/2023 33 3920 Curb Inlet 20' x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT) ASTM C913-16 11/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlee (4' X 4� ASTM C913 11/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlee (5' X 5� ASTM C913 1 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 4'x4' Storm Junction Box ASTM C913 1 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 5'x5' Storm Junction Box ASTM C913 1 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 5' Precast Tansition MH (4' MH on the top of 5' JB) ASTM C913 1 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 6'x6' Storm Junction Box ASTM C913 1 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 6' Precast Tansition MH (4' MH on the top of 6' JB) ASTM C913 1 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 8'x8' Storm Junction Box ASTM C913 1 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 8' Precast Tansition MH (4' MH on the top of 8' JB) ASTM C913 11/19/2024 33 49 20 Manhole AmmTex Pipe &Products Tvpe C Storm Drain Manhole on Box (4' MH on the top c f RCB) ASTM C913 **Note: Pre -cast inlets are appoved for the stage I portion ofthe structure (basin) only. Stage!! portion of the structure are required to be cast in -place. No exceptions to this requirement shall be allowed Storm Sewer - Pipes & Boxes 33-05-13 1 4/9/2021 3341 13 Storm Drain Pipes Advanced Drainage Systems, Inc. (ADS) ADS HP Storm Polvpropvlene (PP) Pipe (Size - 12" - 60") ASTM F2881 & AASHTO M330 18/28/2023 33 49 10 Storm Drain Pipes Rinker Materials Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Size - 21" or larger) ASTM C76, C655 18/28/2023 33 49 10 Culvert Box Rinker Materials Reinforced Concrete Box Culvert (Sze - Various) ASTM C789, C850 1 10/12/2023 3341 10 Storm Drain Pipes AmeriTex Pipe &Products Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger) ASTM C76, C506 1 10/12/2023 3441 10 Culvert Box AmeriTex Pipe &Products Reinforced Concrete Box Culvert (size - Various)) ASTM C1433,C1577 1 10/18/2023 3541 10 Storm Drain Pipes The Turner Co. Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger) ASTM C76, C506 1 10/18/2023 3641 10 Culvert Box The Turner Co. Reinforced Concrete Box Culvert (size - Various) ASTM C1433,C1577