Loading...
HomeMy WebLinkAboutContract 61791-PM1-UCSC No. 61791-PM1 PROJECT MANUAL FOR THE CONSTRUCTION OF WATER, PAVING AND STREET LIGHTING IMPROVEMENTS TO SERVE CARTER PARK EAST DRINKPAK IPRC23-0190 City Project No. 105311 FID No. 30114-0200431-105311-EO7685 X- 28032 File No. K-3230 Mattie Parker David Cooke Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Lauren Prieur Director, Transportation and Public Works Department Prepared for The City of Fort Worth December 2023 Prepared by: Kimley)))Horn o, Texas Registered Engineering Firm F-928 Y BR •• ••• . R...e... A i 801 Cherry Street, Suite 1300, Unit 11 120254 Fort Worth, TX 76102 ,t %%S`oNA Ns.NG`�s 817.339.2269 Kimley-Horn No. 061298200 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised nn� Iv*i*,atos ,.ko Bid efs 0317�v 00 41 00 00 42 43 Bid Fe Proposal Form Unit Price 04,102,12014 05/22/2019 nn/n 0043 13 00-45 44 Bid Ben Hiddzva A-Waalifieation s T nn/n 4 00 45 12 Prequalification Statement ,.ation A,,,,,,i;,.atio , 09/01/2015 in 0045 13 n0n04526 Mader Preq alit Contractor Compliance with Workers' Compensation Law 03 0 04/02/2014 45 40 00 52 43 Minority Business Enterprise Goal Agreement 08/21/2018 06/ 16/2016 00 61 25 006213 Certificate of Insurance n__ f ..fttmee Bata 07/01/2011 eiH1�2ei2 nn�4 Pet5qRen4 Road Maintenance Bond Genera Conditions �vvn ,�r,2(42 01/31/2012 i i ii T 00 62 19 00 72 00 007300 0073 10 Supplementary Conditions Standard City Conditions of the Construction Contract for Developer 07/01/2011 01/10/2013 Awarded Projects Division 01 - General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 2500 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 01 3233 Preconstruction Video 08/30/2013 01 3300 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 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 7123 Construction Staking 02/14/2018 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 7839 Project Record Documents 04/07/2014 CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 105311 Revised March 20, 2020 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02 - Existing Conditions None Division 03 - Concrete None Division 26 - Electrical None Division 31 - Earthwork None Division 32 - Exterior Improvements None Division 33 - Utilities None Division 34 - Transportation 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.2ov/ti)w/contractors/ or htti)s: Hagns.fortworthtexas.2ov/Pro i ectResources/ Division 02 - Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical 26 05 00 Common Work Results for Electrical 2605 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems Last Revised 12/20/2012 12/20/2012 02/02/2016 12/20/2012 12iz 12/wiz 12/20/2012 11 /22/2013 12/20/2012 12/20/2012 07 i0 T CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised March 20, 2020 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 2605 50 I Ci�'nmurX'oations Multi Duet Conduit I 0 /o ti�6 Division 31 - Earthwork 31 1000 Site Clearing 12/20/2012 3123 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 ._/.T1 > t 0101/28/2013aa�m��lt� 31 25 00 Erosion and Sediment Control 12/20/2012 313600 Gabiens 1 /� 20/20Q 31�0 Riprap 12/20/2012 Division 32 - Exterior Improvements 37�T A � l*�. t 111`11:Sg R2pai 12 20/207 �� 32 01 18 �c-vnv Temporary A �crrrpvrar� !✓�. t �i1 lL'Sg�2pai� 12/20/2012 �r�vr�v� 32 1123 Flexible Base Courses 12/20/2012 32 1129 rime T,-o.,r a Baao Courses 12/20/2012 '2��� 11 11 3;1 Cement Treated Base r 12/7izr20/2012 32 1216 Trcacc ��1 �� 1'.�r Liquid Tfeato Asphalt t D.,..;ng vrnz�-svi� 08/21 /2015 12/20/20 7 32 1273 32 13 13 Asphalt Paving !'' faek Sealants Concrete Paving 12/20/2 - 12/20/2012 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 1373 Concrete Paving Joint Sealants 12/20/2012 32 1613 Concrete Curb and Gutters and Valley Gutters 10/05/2016 32 1723 Pavement Markings 11/22/2013 32 1725} Cufb Ad 033 lhlntlmg �-3 r�� 1J ✓. 13 Chain L'o. ees .,-a Gates 12/7� llrz0/2012 323r26 12�-20r2v-rz 112,1213 Cast i Dlaee r ner-ete P,aining IVA-s 06,105,12019 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012 32 93 13 Division 33 - Utilities 330131 31 Close Gi-euitTelevision !!''GT-V\ rnspeetie 03/n�. 2�0 3303 TO %-paJF Pun,,r.'rr!g of Existing Sewef Systems i2/�;i 33 nn Ee�esie 1z 1 }r��nrtrr�l To2t� S ti �� Q/20/20Q ��� ZZ�z Magnesium Anode Gath, die n,.oteetio Syste,... 1 l/�;i ZZ�O Cleaning and A,.eept nee Testing ,.fWater- Mains 02/nvz�06//2013 3304 50 Cleaning of Sewer- Mains i2/20/20Q 3305 to U4 1iyy T,-eneh rt.,,..,y lion —Enko 12/12Q016 3305 12 Wa4e - Line r ., o Q/'l z -„ag CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised March 20, 2020 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 3305 3 �--v�-rr. iv 3305 13.10 n Cover— and Grade Rings C&ol. h-vi1 > rd Grade Rings Cover- ` C6i3ij39Stt2 n1 /pro 01 / 2Q 33 05 4 22� 22�7 0Auger-1 �-A�f 330522 Cifede !-',.ne-eteWa4e,-V.,,,1ts Go e,-ete Gellafs T 1 T >;a�.rn �irwe Casing 12/20/2012 i2/7izrzvnviz Q/7 z / 1 7 /2 17/rz 20/20 330523 4 iSteel -Pipe Rand Tu��ixg installation of Carrer Pipe i !''.,s;,-,g or T,,,-„-,el Liner- ,- Plate iz 12/20/2012 06/1v 9/2013 V 33 05 30 Utility Marke«s/Loeato-s Location of Existing Utilities 12/7 z 12/20/2012 33 1105 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 11 13 Co—vcm�% ems",-e Pipe, Bar- Vl,-., ped, Steel Cyli def Type 1 71 /7 -2 33 11 1 I B,,,-;ed Steel Pipe and Fittings 12/izr20/2012 33 1210 22�= Wltrj �'� .,, ,+en T VZT IT/GCl1T 33 1220 � 22�= af!ge Water- Meters It�liz2t Seated AAVWA D„hhe,- B„tteffly 12/20/2012 12/7 -2 12/20/2012 33 1225 22�0 Seated Valves CAnn2Eti.7i2 to F/I.iMin" Watef Mains !`.,m1..;,-..,t;.,,-. A;,- Valve Assemblies f Potable \xl.,te,- System vrrvvrcv�� 12/20/2012 33 1240 f Fire Hydrants 01/03/2014 2 2�0 ��at� Earrl�lrl Ft�atians 12/20/2012 � 2'2�o et „load Blow eff Valve Am—A-mW.y 06/1 3 3331 1= Cured in P.laoo Pir., " 1�1� '124120� 2 2 2 �., .,1 1., f ..eed Pipe for- Or -a ,;t., €�c�.l,�L _l' its_ E��11t�,�e�er� 1 � 1241201 � �� 2 2 �., .,1 15 P4yethy e,-.e ! E f f Sanitary Cewe,- I-I�h Dorrvty I-IDP�) Pr-� � 1 �1241201 � �>z 333120 Pelyvin�4 Chloride (PNI ) G-ay t., Eanitary-Sce"wef44pe !dosed Profile !ifay;t San tafy Ce. Pelyvin�4 Chloride 06/1 W2013 e 333121 (PIX) }. pe r�12/20r2012 333122 San taffy eeyvr Elir 12/20/7017 33 31 2v ZZ�nv San ewor Piro Enkargement cem;tar-y ce,.,;ee renneetions cefy ee r ; e 11 /7 -2 nn /o 333170 70 3339 10 Sewer- and Combination A;,- Valve -for Eanitary cewe,. T7e,-..e AR.,� Cast if Dl.,ee Co e,-ete Manholes /2 12/7�n0L 12/7�n0L Z Zoo 333930 300 Pr-eeeastCo e .rete afAiel es T. F-ibergla L af&Aes 12/20/2012 12/2z 33�v 333960 Wastewater- n eeess rhmmko �WAC) Epoxy Liner-s for- Sanitary Sewer Struetffes Q/�Q Q/20/20Q 33 41 33 41 11 neinf ,.eed Go e,.ete cte,.,v, Sewer Pipe/r„lyei4s High Density Uel„eth„lene (HDPE) PC'e-fer&arrn Dili:l 07/0T 12/zzr20/20Q 33 41 12 Uv einf ,-ee,l Uelyethlene iV2 E) PC 11/1q 5 33 4600 C/Adiuin ge 12/'lzzr20/20Q 33 n6 n1 T✓-�v-vT clotted ct n-cvrcccro�c�i°n4I�171G 07/01 /2011 mTo�ozT CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 105311 Revised March 20, 2020 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 33-46-02 Trc��a Drains 07/0Wn1 1�n 33-49 1 r., in A co Mankolasand junction Boxes 1 � /� 20/20Q 33-49 2 Curb d Drop mats 12/20/204-2 33 4940 91xm, Dmi:-.age Headwalls a -a Wing..,all 07/0 Wo T Division 34 - Transportation .vr i t�'\'1 '11'Ylt A Gentfellef Gabine rcAvrzvz5 3n n�03 At*.aaa.-.\Ant C Software spee fieatio n1�2- m 11 11 Temporary rr, a ffi . Signals 111 1 / 3 m 11 '1 155 71,oc; angularI�p;d Flashis � 11 /''�13 34 41 16 i�Ct : `1:I Hybrid 1 1 /7 3 Assemblies lies 12 /2n/2n1 � ���� 2n n�01 Aft-A-m�r J---\D Roadway .r jmI06/15/2015 24 4120.02 Freeway LED D.,.,.1....,., T �,atImIras n6/15/205 �� 3^ ^�03 Resi&ntial UED Roadway limninair$s n6/,�15 2n�o 1 1 �� urslnia:x /12/2013 Fens �n 34 �o �o CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 105311 Revised March 20, 2020 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC—"6 1-laoardeu-s-�-iror nontal Gendi e at Site G -6,09 1-xmit:/..Ix,7 TT es GR-01 60 00 Product Requirements END OF SECTION Page 6 of 6 CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised March 20, 2020 UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Rein Information Bidlist Item No. Description 1 0241,1012 Remove G" Water Line 2 0241.1510 Salvage Fire Hydrant 3 3305.01 it Valve Box Adjustment 4 3312.0001 Fire Hydrant 00 42 43 DAP- BID PROPOSAL. Page I or4 Bidder`s Application Bidder's Proposal Specification Section) Unit of I Bid Unit Price No. Measure. Quantity UNIT I: WATER IMPROVEMENTS 0241 14 LF 9 $35.00 02 41 14 EA 1 $750.00 330514 EA 1 $0.01 33 12 40 EA 1 $5,990.00 TOTAL UNIT I: WATER IMPROVEMENTS Bid Value $315.00 $750,001 $0,011 $5,990.00 1 $7,055.01 f CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Fomi Version May 22, 2019 Caster Pwic EasL DrinkPak CPN 105311. UNIT PRICE BID Bidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description 1 0171 .0101 Construction Staking 2 0241,0100 Remove Sidewalk 3 0241.1300 Remove Cone Curb&Gutter 4 3211.0112 6" Flexible Base, Type A, GR-1 5 3213.0105 10" Cone Pvntt (4,000 PSI) 6 3213,0301 4" Cone Sidewalk 7 3213,0403 8" Concrete Driveway 8 3213,0506 Barrier Free Ramp, Type P-1 9 3213.0507 Barrier Free Ranip, Type P-2 10 3217.0201 8" SLD Pvmt Marking HAS (W) 11 3217.1002 Lane Legend Arrow 12 3217.1004 Lane Legend Only 13 3291.0100 Topsoil 14. 3292.0100 Block Sad Placement 15 3471.0001 Traffic Control 16 9999,0003 Type 11-CR 4" 00 42,13 DAP - BTD PROPOSAL Page 2 oN Bidder's Application Specification Scelinti Unit of I Hid No. Measure II Quantify UNIT IV: PAVING IMPROVEMENTS 01 71 23 LS 1 0241 13 SF 4,730 0241 15 LF 385 321123 SY 6,334 32.1313 SY 456 32 1320 SF 7,010 32 1320 SF 4,136 32 1320 EA 3 32 1320 EA 1 321723 LF 165 32 1723 EA 3 132 1723 EA 3 132 91 19 CY 62 132 92 13 SY 369 1347113 MO 3 99 99 99 EA 9 TOTAL UNIT IV. PAVING IMPROVEMENTS Bidder's Proposal Unit Price I Bid Value $ 0.011 $ 0.01 $2.00 $9,460.00 $22.00I $8,470.00 $8.50 $53,839.00 $105.841 $48,263.04 $6.081 $42,620.80 $11.06I $45,744.16 $0.01 I $0.03 $0.01 I $0.01 $14.001- $2,310.00 $200.00 $600.00 $200.00 $600.00 $0.01 $0.62 $0.01 $3.69 $5,000.00 $15,000.00 $0.01 $0.09 $226,911,45 CITY OF FORT }NORTH STANDARD CONSTRUCTION SPHC[RCATION DOCUMENTS - DEVELOPER AWARDED PROIECrS Fomr Version May 22, 2019 'Carter Park Cast DrinkPak CPN 105311 UNIT" PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 004243 DAP -131D PROPOSAL Page 3 of 4 Bidder's Application Bidders Proposal Bidlist Item pescription Specification Section I Unit of I Bid f Unit Price` Bid Value No No. Measurc Quantity UNIT V., LIGHTING IMPROVEMENTS 1 2605.3015 2" CONDT PVC SC1180 (T) 26 05 33 LF 235 $83.17 $19,544.95 2 2605.3019 2" CONDT PVC SCA 80, Bare 26 05 33 LF 200 $ 0.01 $ 2.00 3 2605.3014 2" CONDT RM (Riser) 26 05 33 LF 10 $78.16 $781.60 4 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 5 $ 0.01 $ 0.05 5 3441.1405 NO 2 Insulated Elce Condi 3441 10 LF 325 $24.44 $7,943.00 6 3441.1501 Ground Box Type B 3441 10 EA 1 $2,101.12 $2,101.12 7 3441.1502 Ground Box Type B, w/Apron 34 41 10 EA 6 $1,050.56 $B,303.36 8 3441,1507 Remove Ground Box 3441 10 EA 2 $350.00 $700.00 9 3441.3302 Rdwy illum Foundation TY 3,5,6, and 8 34 41 20 EA 2 $ 0.01 $ 0.02 _ 10 3441.3502 Relocate Street Ligirt Pole 34 41 20 EA 2 $1,500.00 $3,000.00 _ 11 9999.0001 Remove Street Light Foundation 99 99 99 EA 2 $ 0.01 $ 0.02 12 9999.0002 Remove NO 2 Wiring 99 99 99 LF 1,300 $0.01 $13.00 TOTAL UNIT V: LIGHTING IMPROVEMENTS $40,389.12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Porm Version May 22, 2fl19 Cm1er Pads Rant DrinkPok CPN 105311 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP- BID PROPOSAL. Page 4 of 4 Bidder's Application Project Item Information Bidders Proposal Bidlist Item) Description (Specification Section) Unitof I Bid Unit Price Bid Value Nn, No. Measure Quantity Bid Summary UNIT I: WATER IMPROVEMENTS $7,055.01 UNIT IV: PAVING IMPROVEMENTS $226,911,45 UNIT V: LIGHTING IMPROVEMENTS $40,389.12 Total Construction Bid $274,355.581 This Bid is submitted by the entity named below: BD]DER: The Coulaa Company 1501 LBJ Freeway Suite 550 Farmers Br;ineli, TX 75234 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. BY: J4JL�t n JtJo�=r'1 TITLE: DATE: 65 working days after the date when the END Or, SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DRVFLOPER AWARDED PROJECTS Fomr Version May 22,200 CmIer Park East DrinkPak CPN 105311 004512 DAP PRE QUALIFICATION STATEMLNT Page I of I SECTION 00 4512 DAP—PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequaliled contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the `Maior Work Tvoe" box provide the complete maior work tvpc and actual description as provided by the Water Department for water and sewer and TPW for naviniz. Major Work Type Paving will be hand pour - prequalification not required Water distribution, Development, 8-inch and smaller Roadway and Pedestrian Lighting Contractor/Subcontractor Company Name Potter Concrete Moss Utilities Hurst Electric Prequalification Expiration Date N/A 04/30/2025 05/07/2026 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed, BIDDER: The Conlan Company BY:Justin Swaim 1501 LBJ Freeway, Suite 450 Farmers Branch, TX 75234 (Signature) TITLE: Vice President DATE: 07/31/2024 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT —DEVELOPER AWARDED PROJECTS 0045 12_Pmquelificalion Statement 2015_DAP.doc Form Version Seplernher 1, 2013 FORTWORTH. September 26, 2024 Mr. Garrett Moss Moss Utilities, LLC 11050 Ables Lane Dallas, TX 75229 PREQUALIFICATION TO BID CITY OF FORT WORTH WATER DEPARTMENT PROJECTS Dear Mr. Moss: Thank you for your submittal of information and data toward prequalification to perform our work. We are pleased to advise that your prequalification has been finalized. A bid limit $53,789,240.00 has been established for your organization based on the financial data submitted. Your firm is prequalified to perform the following work: -- Wastewater Mains 36" and under for New Development using Open Cut construction methods -- Water Mains (16" and under) for New Development using Open Cut construction methods The prequalification and bid limit established above will remain current through 4/30/2025 This date was established to be sixteen (16) months from the date of the most recent financial statement received, unless rescinded for cause. Should you desire prequalification in the future beyond the aforementioned, submittal of updated financials, work experience, and equipment list will be necessary for this department to establish a new bid limit. Please be advised that the plans and documents for the work to be performed must be submitted to and approved by the City of Fort Worth Water Department. We appreciate your interest in our work and should you have some question in this or other matters within our purview, please do not hesitate to contact Mr. John Kasavich at (817)392-8480 or Norma Sauceda at (817)392- 6055. Yours very truly, MAIL TO: John Kasavich, P.E. I- Fort Worth Water Department Engineering & Regulatory Services 9 9 9 Y fo(-Chris Harder, P.E. 200 Texas Street Water Director Fort Worth, TX 76102 Fort Worth ® WATER DEPARTMENT Afi4UWraCR➢ CAPITAL DELIVERY 1 1111 ' THE CITY OF FORT WORTH * 100 Font Worth Trap * FORT WORTH, TEXAS 76102 817-392-8362 *FAX 817-392-8195 1964 • 1993 • 2011 �'. Printed on recycled paper 00452E-I CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of I 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 provides 4 worker's compensation insurance coverage for all of its employees employed on City Project No. 5 XXXXXX. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as 6 amended, it will provide to City its subcontractor's certificates of compliance with worker's 7 compensation coverage. 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 W 39 CONTRACTOR: -rhe- CCn(C-1 C«•�'fu„u By: 341'n Company / (Please Print) 1561 Sui{C. (4b0 Signature: Address �ti�rws 73...., T-A 7$2? Title: Vi tC City/State/Zip (Please Print) THE STATE OF TEXAS COUNTY OFTARRANT BEFORE ME, the undersigned authority, on this day personally appeared �V%Ai \ %ufA1rV\ , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of e-'KeCWn ot-% for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY LAND AND SEAL OF OFFICE this day of .11A A , 20A Notary Public in and for the State of Texas END OF SECTION A R 0,;.�Pay.PGe�y� y c O ��•.,• N 's Z_ yT + ; ;.ip FOF Sib, p/10T 1071 t2��,\\\��� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Apen 2, 2014 Carter Park East DrinkPak CPN 105311 005243-1 Developer Awarded Project Agreement Pagel of4 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT. authorized on 0719111-e7-q is made by and between the Developer, 4: Carter Park East BTS 2, L.L.C. 1, authorized to do business in Texas ("Developer") , and 5 _11V— 60% , C0w60CAW , authorized to do 6 business in Texas, acting by and through its duly authorized rebresentative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project 11 identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 WATER, PAVING AND STREET LIGHTING IMPROVEMENTS TO SERVE CARTER PARK 16 EAST DRM<PAK 17 CPN 105311 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents 21 are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 65 working days after the date when 24 the Contract Time commences to run as provided in Paragraph 12,04 of the Standard City 25 Conditions of the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that tirne is of the essence of this Agreement and that Developer will 28 suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 29 above, plus any extension thereof allowed in accordance with Article 10 of the Standard City 30 Conditions of the Construction Contract for Developer Awarded Projects. The Contractor also 31 recognizes the delays, expense and difficulties involved in proving in a legal proceeding the 32 actual loss suffered by the Developer if the Work is not completed on time. Accordingly, 33 instead of requiring any such proof, Contractor agrees that as liquidated damages for delay 34 (but not as a penalty), Contractor shall pay Developer ZPXD 35 Dollars ($ Q ) for each day that expires after the time specified in Paragraph 3.2 for 36 Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTLON SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN 105311 Revised Jute 16, 2016 005243-2 Developer Awarded Project Agreement Page 2 of 37 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of ?we ht"A cd St ..iy - fvL -ifw4. ,A Dollars 40 ($ 2Tt4t 355. 5,W )• 41k�w A&u Av*d 41:+y-Atn- donors a.& I", e7'4t Ca+t,>i 41 Article S. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A.The Contract Documents which comprise the entire agreement between Developer and 44 Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 2. Attachments to this Agreement: 47 a. Bid Form (As provided by Developer). 48 1) Proposal Form (DAP Version) 49 2) Prequalification Statement 50 3) State and Federal documents (project specific) 51 b. Insurance ACORD Form(s) 52 c. Payment Bond (DAP Version) 53 d. Performance Bond (DAP Version) 54 e. Maintenance Bond (DAP Version) 55 f Power of Attorney for the Bonds 56 g. Worker's Compensation Affidavit 57 h. MBE and/or SBE Commitment Form (If required) 58 3. Standard City General Conditions of the Construction Contract for Developer Awarded 59 Projects. 60 4. Supplementary Conditions. 61 5. Specifications specifically made a part of the Contract Documents by attachment or, if 62 not attached, as incorporated by reference and described in the Table of Contents of the 63 Project's Contract Documents. 64 6. Drawings. 65 7. Addenda. 66 8. Documentation submitted by Contractor prior to Notice of Award. 67 9. The following which may be delivered or issued after the Effective Date of the 68 Agreement and, if issued, become an incorporated part of the Contract Documents: 69 a. Notice to Proceed. 70 b. Field Orders, 71 c. Change Orders. 72 d. Letter of Final Acceptance. 73 74 CITY OF FORT WORTH Carter Park East DnnkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN 105311 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of 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 claims 78 arising out of, or alleged to arise out of, the work and services to be performed by the 79 contractor, its officers, agents, employees, subcontractors, licenses or invitees under this 80 contract. This indemnification provision is suecificallv intended to operate and be effective 81 even if it is alleged or proven that all or some of the damages being sought were caused, in 82 whole or in Dart, by any act, emission or negligence of the city. This indemnity provision 83 is intended to include, without ]nnitation, indemnity for costs, expenses and legal fees 84 incurred by the city in defending against such claims and causes of actions. 85 86 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the 87 city, its officers, servants and employees, from and against any and all loss, damage or 88 destruction of property of the city, arising out of, or alleged to arise out of, the work and 89 services to be performed by the contractor, its officers, agents, employees, subcontractors, 90 licensees or invitees under this contract. This indemnification Drovision is specificallv 91 intended to operate and be effective even if it is alleged or proven that all or some of the 92 damages being sought were caused, in whole or in Dart. by any act, omission or negligence 93 of the city. 94 95 Article 7. MISCELLANEOUS 96 7.1 Terms. 97 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of the 98 Constriction Contract for Developer Awarded Projects. 99 7.2 Assignment of Contract. 100 This Agreement, including all of the Contract Documents may not be assigned by the Contractor 101 without the advanced express written consent of the Developer. 102 7.3 Successors and Assigns. 103 Developer and Contractor each binds itself, its partners, successors, assigns and legal 104 representatives to the other patty hereto, in respect to all covenants, agreements and obligations 105 contained in the Contract Documents. 106 7.4 Severabitity. 107 Any provision or part of the Contract Documents held to be unconstitutional, void or 108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining 109 provisions shall continue to be valid and binding upon DEVELOPER and CONTRACTOR. 110 7.5 Governing Law and Venue. ill This Agreement, including all of the Contract Documents is performable in the State of Texas. 112 Venue shall be Tarrant County, Texas, or the United States District Court for the Northern 113 District of Texas, Fort Worth Division. CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN 105311 Revised June 16, 2016 00 52 43 -4 Developer Awarded Project Agreement Page 4 of 4 114 115 7.6 Authority to Sign. 116 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized 1 l 7 signatory of the Contractor. 118 119 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 120 counterparts. 121 122 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 123 Contractor: Developer: 0'� 9a(k- 4-9+ gTS a, L, L-Cs ?�C 6M LIX tr,o..+�Pte4 �: t^nr Qom- vp.� G� L. •G� a aelaL-ja cl *5 irlf of A By: By: r - — (Signature) (Signature) jz.5y;, 5�j.,;4 _H0AWw V _kU, gre sihA-V (Printed Name) (Printed Name) 124 Title: ac, (_ pl;ey, we Title: v l_ Company Name: Company name: 0-adMJ5 (OTM V Address: Address: /Sol t3f r-.�t,tttw.�, surf +-rrSo q. FdrOto% /3 ,ram/.: T,c '752114 City/State/Zip: Jirlwws Av-cA, 71 ?S27q City/Statc/Zip: i`1a$ IN % :xt cL_ W3 i'2CZ Li _V_ Date l►0-aLA Date CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN 105311 Revised June16,2016 Client#: 698931 593CONLACOM ACORD.. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 10/18/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Bobbie Burdett NAME: McGriff Insurance Services LLC PHONE 770 283-8577 FAX 888 827-9870 (A/C, No, Ext): (A/C, No): 2520 Northwinds Pkwy Suite 600 E-MAIL ri m Bobbie.Burdett e ff.com ADDRESS: g Alpharetta, GA 30009 INSURER(S) AFFORDING COVERAGE NAIC # 770 664-6818 16535 INSURER A: Zurich American Insurance Company INSURED INSURER B: American Guarantee & Liability Ins Co 26247 The Conlan Company INSURER C: Y 9 Berkley Regional Insurance Company p Y 29580 1850 Parkway Place INSURER D : Travelers Property TlPert Casualty Co of Amer p Y Y 25674 SE Suite 1200 INSURER E : Pacific Insurance Company Ltd p Y 10046 Marietta, GA 30067 INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY GL0514781801 01/01/2024 01/01/202 EACH OCCURRENCE $2,000,000 CLAIMS -MADE [X OCCUR DAMAGE O(Ea RENTED $100,000 X BI/PD Ded:125000 MED EXP (Any one person) $10,000 (PERSONAL&ADVINJURY $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4,000,000 PRO - X PRODUCTS - COMP/OP AGG $4,000,000 POLICY JECT LOG OTHER: $ B AUTOMOBILE LIABILITY BAP514781701 01/01/2024 01/01/2020 COMBINED SINGLE LIMITaccident)$ (Ea 2,000,000 X ANY AUTO BODILY INJURY (Per person) $ OWNED ONLY SCHEDULED BODILY INJURY (Per accident) $ AUTOS X HIRED X AUTOS NON -OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) $ B X UMBRELLA LAB OCCUR AUC564872601 01/01/2024 01/01/2025 EACH OCCURRENCE $10,000,000 EXCESS LAB CLAIMS -MADE AGGREGATE $10,000,000 DED I XI RETENTION$0 $ A WORKERS COMPENSATION WC514781901 01/01/2024 01/01/2025 X (STATUTE FORH AND EMPLOYERS' LIABILITY Y/ N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N / A E.L. EACH ACCIDENT $1,000,000 (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $1 ,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1 ,000,000 A Leased/Rented EQU CPP600339401 01/01/2024 01/01/202 $750,000 C Excess Liability 8800502-10 01/01/2024 01/01/202 $15,000,000 Occ/Agg D Excess Liability EX9S19716324NF 01/01/2024 01/01/202 $25,000,000 Occ/Agg DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) E 34CPIAC2594 Eff Date: 01/01/2023 Exp Date: 01/01/2025 Pollution Professional Liability - $5M Occ/10M Agg RE: 23506 - 7777 Oak Grove Road, Fort Worth, TX 76140 Carter Park East DrinkPak 105311 1IPRC23-0190 City of Fort Worth is included as Additional Insured(s) on the general liability and automobile liability on a primary and non-contributory basis, per enclosed. CERTIFICATE HOLDER CANCELLATION City of Fort Worth SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 100 fort Worth Trail ACCORDANCE WITH THE POLICY PROVISIONS. Fort Worth, TX 76102-0000 AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S35541078/M33504675 RW B U R Client#: 698931 593CONLACOM ACORD.. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 10/09/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Bobbie Burdett NAME: McGriff Insurance Services LLC PHONE 770 283-8577 FAX 888 827-9870 (A/C, No, Ext): (A/C, No): 2520 Northwinds Pkwy Suite 600 E-MAIL ri m Bobbie.Burdett e ff.com ADDRESS: g Alpharetta, GA 30009 INSURER(S) AFFORDING COVERAGE NAIC # 770 664-6818 16535 INSURER A: Zurich American Insurance Company INSURED INSURER B: American Guarantee & Liability Ins Co 26247 The Conlan Company INSURER C: Y 9 Berkley Regional Insurance Company p Y 29580 1850 Parkway Place INSURER D : Travelers Property TlPert Casualty Co of Amer p Y Y 25674 SE Suite 1200 INSURER E : Pacific Insurance Company Ltd p Y 10046 Marietta, GA 30067 INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY GL0514781801 01/01/2024 01/01/202 EACH OCCURRENCE $2,000,000 CLAIMS -MADE [X OCCUR DAMAGE O(Ea RENTED $100,000 X BI/PD Ded:125000 MED EXP (Any one person) $10,000 (PERSONAL&ADVINJURY $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4,000,000 PRO - X PRODUCTS - COMP/OP AGG $4,000,000 POLICY JECT LOG OTHER: $ B AUTOMOBILE LIABILITY BAP514781701 01/01/2024 01/01/2020 COMBINED SINGLE LIMITaccident)$ (Ea 2,000,000 X ANY AUTO BODILY INJURY (Per person) $ OWNED ONLY SCHEDULED BODILY INJURY (Per accident) $ AUTOS X HIRED X AUTOS NON -OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) $ B X UMBRELLA LAB OCCUR AUC564872601 01/01/2024 01/01/2025 EACH OCCURRENCE $10,000,000 EXCESS LAB CLAIMS -MADE AGGREGATE $10,000,000 DED I XI RETENTION$0 $ A WORKERS COMPENSATION WC514781901 01/01/2024 01/01/2025 X (STATUTE FORH AND EMPLOYERS' LIABILITY Y/ N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N / A E.L. EACH ACCIDENT $1,000,000 (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $1 ,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1 ,000,000 A Leased/Rented EQU CPP600339401 01/01/2024 01/01/202 $750,000 C Excess Liability 8800502-10 01/01/2024 01/01/202 $15,000,000 Occ/Agg D Excess Liability EX9S19716324NF 01/01/2024 01/01/202 $25,000,000 Occ/Agg DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) E 34CPIAC2594 Eff Date: 01/01/2023 Exp Date: 01/01/2025 Pollution Professional Liability - $5M Occ/10M Agg RE: 23506 - 7777 Oak Grove Road, Fort Worth, TX 76140 Carter Park East DrinkPak 105311 1IPRC23-0190 Carter Park East BTS 2, LLC is included as Additional Insured(s) on the general liability per enclosed. A Waiver of Subrogation applies on the general liability in favor of Additional Insureds, per enclosed. General Liability is on a primary and non contributory basis, per enclosed. CERTIFICATE HOLDER CANCELLATION Carter Park East BTS 2, LLC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1717 McKinney Ave, Suite 1900 ACCORDANCE WITH THE POLICY PROVISIONS. Dallas, TX 75202-0000 AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S35487150/M33504675 RW B U R BOND NUMBER: 30220532 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 00 62 19. 1 MAINTENANCE BOND Paget or3 SECTION 00 6219 MAINTENANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § Thal we The Conlan Company known as "Principal" herein and Continental Casualtv.Comoanv , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Carter Park East BTS 2, L.L.C. , authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City'), in the sum Of Ttyo Hundred Seventy Four Thousand Tine Hundred Fifty Five Dollars and 58/100** Dollars ($ 274.355.58 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number 24-0056;and WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the 15th day of February 20-2A , which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to filmish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said Contract and designated as WATER, PAIIINGAND STREET LIGI-ITING IMPROVEMENTS TO SERVE CARTER PARK EAST DRINKPAK, and WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free fiom defects in materials or workmanship for and during the period of hvo (2) years after the date of Final Acceptance of the Work by die City ("Maintenance Period'); and CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Rovisod January 31, 2012 Carter Park East DrinkPak CPN 105311 006219-2 MAINTENANCE BOND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 2 receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 6 any defective Work, for which timely notice was provided by Developer or City, to a completion 7 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full 8 force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Work, it is agreed that the Developer or City may cause any and all such defective 12 Work to be repaired and/or reconstructed with all associated costs thereof being borne by the 13 Principal and the Surety under this Maintenance Bond; and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 16 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 20 recoveries may be had hereon for successive breaches, 21 22 23 CITY OF FORT WORTH Cater Park Easl DrinkPak STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS CPN 105311 Revised Jnnnary 31, 2012 2 M 5 7 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 006219-3 MAINTENANCE BOND Page 3 or3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this insnTlluent by duly authorized agents and officers on this the 10th day of October, 2024 , 20.--_ ATTEST: ity)�Searetat�/grian E. Madden Alp'- Witness as to Surely Lisa M. Smith PRINCIPAL: The Conlan Comnapy z0� RM 1501 LBJ Freeway, Suite 450 Farmers Branch. Texas 75234 SURETY: Continental Casualty Company Signature Deborah B. Sasser, Attorney -in -Fact Name and Title Address: McGriff Insurance Services LLC 2520 Northwinds Parkway, Suite 600 Aipnareua, ueorgla suuuu Telephone Number: (770) 664-6816 *Note: if signed by an officer of the Surety Company, there must be on file a certified extract firom the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both trust be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJRCTS Revised January 31, 2012 Cater Palk East DrinkPak CPN 105311 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Brian E Madden, Deborah B Sasser, Bart Peppers, Brittany L Triplett, Felisa H Vaughan, Individually of Alpharetta, GA, their true and lawful Attomey(s)-in-Fact with Rill power and authority hereby conferred to sign, seal and execute for and on their behalf bands, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuarrtto the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Laws and Resolutions, printed below, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 22nd day of May, 2024. cos t xsugq ee Continental Casualty Company qP�f. NAB �,SA'"N" National Fire Insurance Company of Hartford poaP�r6 � ©; $ sacasropgrr American Casu�mpany of Reading.Pennsylvania ,pa �(/,01 : dlo a ' I�t a+" 1e97 xaa>F _ iqr� Larry Kasten Vice President State of South Dakota, County of M'innehaha, ss: On this 22nd day of May, 2024, before me personally came Larry Kasten to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument am such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. My commission expires M. BENT R6NOTARY P6aLIC�3 OUTH OANOTA March 2, 2020 M. Bent Notary Public CERTIFICATE 1, Paula Kolsrud, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify, that the By -Laws and Resolutions of the Board of Directors of the insurance companies printed below are still in force. In testimony whereof! have hereunto subscribed my name and affixed the seal of the said insurance companies this 10th day of October, 2024. Continental Casualty Company a. aasogtri- MSUgte,_ypMroA National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania POPAr6 6 ONP4WT O Qc i lUlal�. \ T r L , v -- A tee'r xasd' • Paula Kolsrud Assistant Secretary Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF EACH OF CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA (as defined above, the "CNA Companies"): This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of each of the above CNA Companies at a meeting held om May 12, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf ofthe Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Larry Kasten, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of each of the CNA Companies. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of each of the above Companies by unanimous written consent dated the 251h day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via tacsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company," This Power of Attorney may be signed by digital signature and sealed by a digital or otherwise electronic -formatted corporate seal under and by the authority of the following Resolution adopted by the Board of Directors of each of the above CNA Companies by unanimous written consent dated the 27th day of April, 2022, "RESOLVED: That itis in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital signatures and to ratify and confirm the use of a digital or otherwise electronic -formatted corporate seal, each to be considered the act and deed of the Company." Go to www.cnasuretv.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity. Forth F6853V2023 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 — Definitions and Terminology.......................................................................................................... 1 1.01 Defined Terms............................................................................................................................... 1 1.02 Terminology.................................................................................................................................. 5 Article2 — 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 Article4 — 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 ................................................ 23Indemnification 24 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 5.18 Delegation of Professional Design Services 5.19 Right to Audit: .............................................. 5.20 Nondiscrimination ........................................ Article 6 — Other Work at the Site 6.01 Related Work at Site Article 7 — City's Responsibilities .......................... 7.01 Inspections, Tests, and Approvals....... 7.02 Limitations on City's Responsibilities 7.03 Compliance with Safety Program ....... 24 25 25 26 26 26 26 26 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 10.01 Change of Contract Price............................................................................................................28 10.02 Change of Contract Time............................................................................................................ 28 10.03 Delays..........................................................................................................................................28 Article I I — 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 12.01 Contractor's Warranty of Title.................................................................................................... 32 12.02 Partial Utilization........................................................................................................................ 32 12.03 Final Inspection...........................................................................................................................32 12.04 Final Acceptance......................................................................................................................... 33 Article 13 — Suspension of Work.................................................................................................................... 33 13.01 City May Suspend Work............................................................................................................. 33 Article14 — Miscellaneous.............................................................................................................................. 34 14.01 Giving Notice.............................................................................................................................. 34 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 14.02 Computation of Times. 14.03 Cumulative Remedies.. 14.04 Survival of Obligations 14.05 Headings ....................... 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 recorded plat. 8. Contract —The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents —Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form 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 M. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are notContract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. 11. Day or day —A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer —An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements —A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non -Participating Change Order —A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of 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 be judged. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor orSubcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non -Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 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 oflnsurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either parry or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit A. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 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. B. 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 andnon-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 of 35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage B. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: None 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: None 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 - way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 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 of 35 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. C. 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. D. 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 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. 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 of 35 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, 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 of 35 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 2) it will conform substantially to the detailed requirements of the item named in the 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 of 35 Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.13. 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: ❑ Required for this Contract. 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 of 35 0 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 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. 0 Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1lth 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 occupation of each worker employed by the Contractor in the construction of the Work provided 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 of 35 for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.01. 5.11 Use of Site and OtherAreas 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 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2 At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean- up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16. C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 0l 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 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPFCIFICAI,I,Y INTFNDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes 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 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing 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 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinationsfor Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 — CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. 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 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 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 receivingparty. 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 Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105311 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 Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105311 Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105311 Revised December 20, 2012 SECTION 0125 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 012500-1 DAP SUBSTITUTION PROCEDURES Page 1 of 5 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised August 30, 2013 012500-2 DAP SUBSTITUTION PROCEDURES Page 2 of 5 a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 5 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. 4. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer's opinion, acceptance will require substantial revision of the original design d. In the City's or Developer's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised August 30, 2013 Revision Log DATE NAME SUMMARY OF CHANGE EXHIBIT A REQUEST FOR SUBSTITUTION FORM: Wei 012500-4 DAP SUBSTITUTION PROCEDURES Page 4 of 5 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. CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised August 30, 2013 Submitted By: Signature -is noted Firm Date Telephone For Use by City: _Approved _ Rejected City CITY OF FORT WORTH 012500-5 DAP SUBSTITUTION PROCEDURES Page 5 of 5 For Use by City Recommended Recommended Not recommended Received late Remarko Address By Date Date Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised August 30, 2013 SECTION 013119 PRECONSTRUCTION MEETING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 013119-1 DAP PRECONSTRUCTION MEETING Page 1 of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised August 30, 2013 013119-2 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 c. 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 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised August 30, 2013 013119-3 DAP PRECONSTRUCTION MEETING Page 3 of 3 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised August 30, 2013 013233-1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 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 Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised August 30, 2013 SECTION 0133 00 DAP SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 DAP SUBMITTALS Page 1 of 8 1. General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised August 30, 2013 013300-2 DAP SUBMITTALS Page 2 of 8 c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal crossreference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 1/2 inches x 11 inches to 8 1/2 inches x 11inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised August 30, 2013 013300-3 DAP SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of. a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised August 30, 2013 013300-4 DAP SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised August 30, 2013 013300-5 DAP SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 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 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 CITY OF FORT WORTH on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised August 30, 2013 013300-6 DAP SUBMITTALS Page 6 of 8 b. Code 2 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Reuubmittal 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 Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 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 Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised August 30, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 013513-I DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 SECTION 013513 SPECIAL PROJECT PROCEDURES A. Section Includes: 1. The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. £ Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 12 25 — Connection to Existing Water Mains 25 1.2 REFERENCES 26 A. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference standard 28 published at the time of the latest revision date logged at the end of this Specification, unless 29 a date is specifically cited. 30 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High 31 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 Department of 37 Transportation (TxDOT): 38 a. Notify the Texas Department of Transportation prior to commencing any work therein in 39 accordance with the provisions of the permit CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [CPN 105311 Revised August, 30, 2013 0135 13 -2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 1 b. All work performed in the TxDOT right-of-way shall be performed in compliance with 2 and subject to approval from the Texas Department of Transportation 3 B. Work near High Voltage Lines 4 1. Regulatory Requirements 5 a. All Work near High Voltage Lines (more than 600 volts measured between conductors 6 or between a conductor and the ground) shall be in accordance with Health and Safety 7 Code, Title 9, Subtitle A, Chapter 752. 8 2. Warning sign 9 a. Provide sign of sufficient size meeting all OSHA requirements. 10 3. Equipment operating within 10 feet of high voltage lines will require the following safety 11 features 12 a. Insulating cage -type of guard about the boom or arm 13 b. Insulator links on the lift hook connections for back hoes or dippers 14 c. Equipment must meet the safety requirements as set forth by OSHA and the safety 15 requirements of the owner of the high voltage lines 16 4. Work within 6 feet of high voltage electric lines 17 a. Notification shall be given to: 18 1) The power company (example: ONCOR) 19 a) Maintain an accurate log of all such calls to power company and record action 20 taken in each case. 21 b. Coordination with power company 22 1) After notification coordinate with the power company to: 23 a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the 24 lines 25 c. No personnel may work within 6 feet of a high voltage line before the above 26 requirements have been met. 27 C. Confined Space Entry Program 28 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA 29 requirements. 30 2. Confined Spaces include: 31 a. Manholes 32 b. All other confined spaces in accordance with OSHA's Permit Required for Confined 33 Spaces 34 D. Use of Explosives, Drop Weight, Etc. 35 1. When Contract Documents permit on the project the following will apply: 36 a. Public Notification 37 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to 38 commencing. 39 2) Minimum 24 hour public notification in accordance with Section 0131 13 40 E. Water Department Coordination 41 1. During the construction of this project, it will be necessary to deactivate, for a period of 42 time, existing lines. The Contractor shall be required to coordinate with the Water 43 Department to determine the best times for deactivating and activating those lines. 44 2. Coordinate any event that will require connecting to or the operation of an existing City 45 water line system with the City's representative. CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [CPN 105311 Revised August, 30, 2013 0135 13 -3 DAP SPECIAL PROJECT PROCEDURES 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 Page 3 of 7 a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. F. Public Notification Prior to Beginning Construction Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. G. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [CPN 105311 Revised August, 30, 2013 0135 13 -4 DAP SPECIAL PROJECT PROCEDURES 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 Page 4 of 7 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. 1. 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 Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [CPN 105311 Revised August, 30, 2013 0135 13 -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 13 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 Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [CPN 105311 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 0135 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: NOTICE 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 Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS [CPN 105311 Revised August, 30, 2013 1 2 3 0135 13 -7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 EXHIBIT B FoR�TWoRTH Daft: DOE NO. XXXX fto,� NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [CPN 105311 Revised August, 30, 2013 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 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 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another form of distribution approved by the City. CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised March 20, 2020 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor D. 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 Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 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. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised JULY 1, 2011 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 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. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised JULY 1, 2011 015000-3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 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] RK,Ilekl1►:\PAr1[$010 A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised JULY 1, 2011 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 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 Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised JULY 1, 2011 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised July 1, 2011 015526-2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised July 1, 2011 015526-3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised July 1, 2011 015713-1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 015713 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. B. Construction Activities resulting in: CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised July 1, 2011 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 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) 3926088. 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. 1.5 SUBMITTALS 1. Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised July 1, 2011 0157 13 -3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City's website at: httDs:Havvs.fortworthtexas.2ov/ProiectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. C. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. D. See Section 01 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised March 20, 2020 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 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 10/12/12 D. Johnson Modified Location of City's Standard Product List 4/7/2014 M.Domenech Revised for DAP application Removed reference to Buzzsaw and noted that the City approved products list is 03/20/2020 D.V. Magana accessible through the City's website. CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised March 20, 2020 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 3 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised April 7, 2014 016600-2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 3 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised April 7, 2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 3 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised April 7, 2014 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised April 7, 2014 017000-2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised April 7, 2014 017000-3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 d. No payments will be made for standby, idle time, or lost profits associated this Item. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised April 7, 2014 017000-4 DAP MOBILIZATION AND REMOBILIZATION 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] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application Page 4 of 4 CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised April 7, 2014 017123-1 DAP CONSTRUCTION STAKING AND SURVEY Page 1 of 7 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1- 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 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 A.Measurement and Payment 1. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As -Built Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised February 14, 2018 01 71 23 - 2 DAP CONSTRUCTION STAKING AND SURVEY Page 2 of 7 1 1.3 REFERENCES 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 A.Definitions 1. Construction Survev - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 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 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A.The Contractor's selection of a surveyor must comply with Texas Government Code 2254 26 (qualifications based selection) for this project. 27 1.5 SUBMITTALS 28 A.Submittals, if required, shall be in accordance with Section 0133 00. 29 B.All submittals shall be received and reviewed by the City prior to delivery of work. 30 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 31 A.Field Quality Control Submittals 32 1. Documentation verifying accuracy of field engineering work, including coordinate 33 conversions if plans do not indicate grid or ground coordinates. 34 1. Submit "Cut -Sheets" conforming to the standard template provided by the City (refer to 01 35 71 23.16.01 — Attachment A — Survey Staking Standards). 36 37 1.7 CLOSEOUT SUBMITTALS 38 B. As -built Redline Drawing Submittal CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised February 14, 2018 017123-3 DAP CONSTRUCTION STAKING AND SURVEY Page 3 of 7 1 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 2 constructed improvements signed and sealed by Registered Professional Land Surveyor 3 (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A — Survey Staking 4 Standards) . 5 2. Contractor shall submit the proposed as -built and completed redline drawing submittal one 6 (1) week prior to scheduling the project final inspection for City review and comment. 7 Revisions, if necessary, shall be made to the as -built redline drawings and resubmitted to 8 the City prior to scheduling the construction final inspection. 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A.Construction Staking 12 1. Construction staking will be performed by the Contractor. 13 2. Coordination 14 a. Contact City and Developer's Project Representative at least one week in advance 15 notifying the City of when Construction Staking is scheduled. 16 b. It is the Contractor's responsibility to coordinate staking such that construction 17 activities are not delayed or negatively impacted. 18 3. General 19 a. Contractor is responsible for preserving and maintaining stakes. If City surveyors or 20 Developer's Project Representative are required to re -stake for any reason, the 21 Contractor will be responsible for costs to perform staking. If in the opinion of the 22 City, a sufficient number of stakes or markings have been lost, destroyed disturbed or 23 omitted that the contracted Work cannot take place then the Contractor will be required 24 to stake or re -stake the deficient areas. 25 B. Construction Survey 26 1. Construction Survey will be performed by the Contractor. 27 2. Coordination 28 a. Contractor to verify that horizontal and vertical control data established in the design 29 survey and required for construction survey is available and in place. 30 3. General 31 a. Construction survey will be performed in order to construct the work shown on the 32 Construction Drawings and specified in the Contract Documents. 33 b. For construction methods other than open cut, the Contractor shall perform 34 construction survey and verify control data including, but not limited to, the following: 35 1) Verification that established benchmarks and control are accurate. 36 2) Use of Benchmarks to furnish and maintain all reference lines and grades for 37 tunneling. 38 3) Use of line and grades to establish the location of the pipe. 39 4) Submit to the City copies of field notes used to establish all lines and grades, if 40 requested, and allow the City to check guidance system setup prior to beginning each 41 tunneling drive. 42 5) Provide access for the City, if requested, to verify the guidance system and the line 43 and grade of the carrier pipe. 44 6) The Contractor remains fully responsible for the accuracy of the work and 45 correction of it, as required. 46 7) Monitor line and grade continuously during construction. CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 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 01 71 23 - 4 DAP CONSTRUCTION STAKING AND SURVEY Page 4 of 7 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. 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 250 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 250 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 CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised February 14, 2018 017123-5 DAP CONSTRUCTION STAKING AND SURVEY Page 5 of 7 1 i)Underground Vaults 2 (1) Rim and flowline elevations and coordinates for each 3 Underground Vault. 4 3) Sanitary Sewer 5 a) Cleanouts 6 (1) Rim and flowline elevations and coordinates for each 7 b) Manholes and Junction Structures 8 (1) Rim and flowline elevations and coordinates for each manhole 9 and junction structure. 10 4) Stormwater — Not Applicable 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY 14 PART 2 - PRODUCTS 15 A. A construction survey will produce, but will not be limited to: 16 1. Recovery of relevant control points, points of curvature and points of intersection. 17 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently 18 permanent and located in a manner to be used throughout construction. 19 3. The location of planned facilities, easements and improvements. 20 a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, 21 utilities, streets, highways, tunnels, and other construction. 22 b. A record of revisions or corrections noted in an orderly manner for reference. 23 c. A drawing, when required by the client, indicating the horizontal and vertical location 24 of facilities, easements and improvements, as built. 25 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 26 construction staking projects. These cut sheets shall be on the standard city template which 27 can be obtained from the Survey Superintendent (817-392-7925). 28 5. Digital survey files in the following formats shall be acceptable: 29 a. AutoCAD (.dwg) 30 b. ESRI Shapefile (shp) 31 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard 32 templates, if available) 33 6. Survey files shall include vertical and horizontal data tied to original project control and 34 benchmarks, and shall include feature descriptions 35 PART 3 - EXECUTION 36 3.1 INSTALLERS 37 A. Tolerances: CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised February 14, 2018 017123-6 DAP CONSTRUCTION STAKING AND SURVEY Page 6 of 7 1 1. The staked location of any improvement or facility should be as accurate as practical and 2 necessary. The degree of precision required is dependent on many factors all of which must 3 remain judgmental. The tolerances listed hereafter are based on generalities and, under 4 certain circumstances, shall yield to specific requirements. The surveyor shall assess any 5 situation by review of the overall plans and through consultation with responsible parties as 6 to the need for specific tolerances. 7 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 8 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. 9 tolerance. 10 b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 11 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways 12 shall be located within the confines of the site boundaries and, occasionally, along a 13 boundary or any other restrictive line. Away from any restrictive line, these facilities 14 should be staked with an accuracy producing no more than 0.05ft. tolerance from their 15 specified locations. 16 d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric 17 lines, shall be located horizontally within their prescribed areas or easements. Within 18 assigned areas, these utilities should be staked with an accuracy producing no more than 19 0.1 ft tolerance from a specified location. 20 e. The accuracy required for the vertical location of utilities varies widely. Many 21 underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be 22 maintained. Underground and overhead utilities on planned profile, but not depending 23 on gravity flow for performance, should not exceed 0.1 ft. tolerance. 24 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 25 specifications or in compliance to standards. The City reserves the right to request a calibration 26 report at any time and recommends regular maintenance schedule be performed by a certified 27 technician every 6 months. 28 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the 29 closures and tolerances expressed in Part 3.1.A. 30 2. Vertical locations shall be established from a pre -established benchmark and checked by 31 closing to a different bench mark on the same datum. 32 3. Construction survey field work shall correspond to the client's plans. Irregularities or 33 conflicts found shall be reported promptly to the City. 34 4. Revisions, corrections and other pertinent data shall be logged for future reference. 35 36 3.2 EXAMINATION [NOT USED] 37 3.3 PREPARATION [NOT USED] 38 3.4 APPLICATION 39 3.5 REPAIR / RESTORATION 40 A. If the Contractor's work damages or destroys one or more of the control monuments/points set 41 by the City or Developer's Project Representative, the monuments shall be adequately referenced 42 for expedient restoration. 43 1. Notify City or Developer's Project Representative if any control data needs to be restored or 44 replaced due to damage caused during construction operations. CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised February 14, 2018 017123-7 DAP CONSTRUCTION STAKING AND SURVEY Page 7 of 7 1 a. Contractor shall perform replacements and/or restorations. 2 b. The City or Developer's Project Representative may require at any time a survey 3 "Field Check" of any monument or benchmarks that are set be verified by the City 4 surveyors or Developer's Project Representative before further associated work can 5 move forward. 6 3.6 RE -INSTALLATION [NOT USED] 7 3.7 FIELD [OR] SITE QUALITY CONTROL 8 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City or 9 Developer's Project Representative in accordance with this Specification. This includes 10 easements and right of way, if noted on the plans. 11 B. Do not change or relocate stakes or control data without approval from the City. 12 3.8 SYSTEM STARTUP 13 A. Survey Checks 14 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 15 2. Checks by City personnel or 3rd party contracted surveyor are not intended to relieve the 16 contractor of his/her responsibility for accuracy. 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 21 22 23 pm 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 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised February 14, 2018 SECTION 0174 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 01 74 23 - 1 DAP CLEANING Page 1 of 4 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling a Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. b Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. 1.11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents a Compatible with surface being cleaned b New and uncontaminated c For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING 1 General i Prevent accumulation of wastes that create hazardous conditions. ii Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. iii Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. iv Dispose of degradable debris at an approved solid waste disposal site. v Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. vi Handle materials in a controlled manner with as few handlings as possible. CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised April 7, 2014 017423-3 DAP CLEANING Page 3 of 4 vii Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. viii Remove all signs of temporary construction and activities incidental to construction of required permanent Work. ix If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. x Do not burn on -site. 2 Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. 3 Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. i Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. ii Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. iii If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. iv Clean signs, lights, signals, etc. a CLOSEOUT ACTIVITIES [NOT USED] b PROTECTION [NOT USED] c MAINTENANCE [NOT USED] d ATTACHMENTS [NOT USED] CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised April 7, 2014 01 74 23 - 4 DAP CLEANING Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised April 7, 2014 017719-1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 SECTION 01 7719 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY 1 Section Includes: a The procedure for closing out a contract 2 Deviations from this City of Fort Worth Standard Specification a None. 3 Related Specification Sections include, but are not necessarily limited to: a Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract b 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 1 Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. 2 Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised April 7, 2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE 1 Prior to requesting Final Inspection, submit: i Project Record Documents in accordance with Section 0178 39 ii Operation and Maintenance Data, if required, in accordance with Section 0178 23 2 Prior to requesting Final Inspection, perform final cleaning in accordance with Section 0174 23. 3 Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. 1 The City will make an initial Final Inspection with the Contractor present. 2 Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. i Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. ii Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. iii Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts 1 Adequate oil and grease as required for the first lubrication of the equipment 2 Initial fill up of all chemical tanks and fuel tanks 3 Light bulbs 4 Fuses 5 Vault keys 6 Handwheels 7 Other expendable items as required for initial start-up and operation of all equipment 4 Notice of Project Completion 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). 5 Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: 1 Final Payment Request 2 Statement of Contract Time 3 Affidavit of Payment and Release of Liens 4 Consent of Surety to Final Payment 5 Pipe Report (if required) 6 Contractor's Evaluation of City 7 Performance Evaluation of Contractor 6 Letter of Final Acceptance CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised April 7, 2014 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 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. 3.1 REPAIR / RESTORATION [NOT USED] 3.2 RE -INSTALLATION [NOT USED] 3.3 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.4 SYSTEM STARTUP [NOT USED] 3.5 ADJUSTING [NOT USED] 3.6 CLEANING [NOT USED] 3.7 CLOSEOUT ACTIVITIES [NOT USED] 3.8 PROTECTION [NOT USED] 3.9 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 Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised April 7, 2014 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: a Product data and related information appropriate for City's maintenance and operation of products furnished under Contract b Such products may include, but are not limited to: i Traffic Controllers ii Irrigation Controllers (to be operated by the City) iii Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification a None. C. Related Specification Sections include, but are not necessarily limited to: a Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract b Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 3 Prepare data in form of an instructional manual for use by City personnel. 4 Format i Size: 8 '/z inches x 11 inches ii Paper 1 40 pound minimum, white, for typed pages 2 Holes reinforced with plastic, cloth or metal CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised April 7, 2014 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 1. Text: Manufacturer's printed data, or neatly typewritten 2. Drawings a Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. B. Provide fly -leaf for each separate product, or each piece of operating equipment. a Provide typed description of product, and major component parts of equipment. b Provide indexed tabs. C. Cover a Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". b List: 1 Title of Project 2 Identity of separate structure as applicable 3 Identity of general subject matter covered in the manual 1 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. 2 If available, provide an electronic form of the O&M Manual. 1 Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order 1 Contractor, name of responsible principal, address and telephone number 2 A list of each product required to be included, indexed to content of the volume 3 List, with each product: a The name, address and telephone number of the subcontractor or installer b A list of each product required to be included, indexed to content of the volume c Identify area of responsibility of each d 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 1 Include only those sheets which are pertinent to the specific product. 2 Annotate each sheet to: a Clearly identify specific product or part installed b Clearly identify data applicable to installation c Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: a Relations of component parts of equipment and systems b Control and flow diagrams 1 Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. 2 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. CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised April 7, 2014 01 78 23 -3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 b. Provide logical sequence of instructions of each procedure. 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: a Proper procedures in event of failure b Instances which might affect validity of warranties or bonds 2 Manual for Materials and Finishes i Submit 5 copies of complete manual in final form. ii Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products a Catalog number, size, composition b Color and texture designations c Information required for reordering special manufactured products b. Instructions for care and maintenance a Manufacturer's recommendation for types of cleaning agents and methods b Cautions against cleaning agents and methods which are detrimental to product c Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products a Applicable standards b Chemical composition c Details of installation b. Instructions for inspection, maintenance and repair 3 Manual for Equipment and Systems i Submit 5 copies of complete manual in final form. ii Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts a Function, normal operating characteristics and limiting conditions b Performance curves, engineering data and tests c Complete nomenclature and commercial number of replaceable parts b. Operating procedures a Start-up, break-in, routine and normal operating instructions b Regulation, control, stopping, shut -down and emergency instructions c Summer and winter operating instructions d Special operating instructions c. Maintenance procedures a Routine operations b Guide to "trouble shooting" c Disassembly, repair and reassembly d Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required 1 Manufacturer's printed operating and maintenance instructions 2 Description of sequence of operation by control manufacturer CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised April 7, 2014 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 a Predicted life of parts subject to wear b Items recommended to be stocked as spare parts 1 As installed control diagrams by controls manufacturer 2 Each contractor's coordination drawings 1) As installed color coded piping diagrams a Charts of valve tag numbers, with location and function of each valve b List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage c 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 i Function, normal operating characteristics, and limiting conditions ii Performance curves, engineering data and tests iii Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards i Electrical service ii Controls iii Communications a As installed color coded wiring diagrams b Operating procedures i Routine and normal operating instructions ii Sequences required iii Special operating instructions e. Maintenance procedures i Routine operations ii Guide to "trouble shooting" iii Disassembly, repair and reassembly iv Adjustment and checking a Manufacturer's printed operating and maintenance instructions b List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage c 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. a CLOSEOUT SUBMITTALS [NOT USED] b MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: a Trained and experienced in maintenance and operation of described products b Skilled as technical writer to the extent required to communicate essential data c Skilled as draftsman competent to prepare required drawings 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised April 7, 2014 01 78 23 -5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1—title of section removed 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised April 7, 2014 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 017839-1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 1.1 SUMMARY 1 Section Includes: a Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings 1. Water Meter Service Reports 2. Sanitary Sewer Service Reports 3. Large Water Meter Reports 2 Deviations from this City of Fort Worth Standard Specification a None. 3 Related Specification Sections include, but are not necessarily limited to: a Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract b Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1 Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2 Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised April 7, 2014 017839-2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 3 To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4 Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements a Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. b In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS 1 Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. 2 Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. ACCESSORIES [NOT USED] b SOURCE QUALITY CONTROL [NOT USED] 17\4*R&M*NXQLN11130 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised April 7, 2014 017839-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 1 Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". 2 Preservation 1 Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. 2 Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. 3 Maintain the job set at the site of work. 1 Coordination with Construction Survey a At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 2 Making entries on Drawings a Record any deviations from Contract Documents. b Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c Date all entries. d Call attention to the entry by a "cloud" drawn around the area or areas affected. e In the event of overlapping changes, use different colors for the overlapping changes. 3 Conversion of schematic layouts a In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. i Final physical arrangement is determined by the Contractor, subject to the City's approval. ii However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. i Final physical arrangement is determined by the Contractor, subject to the City's approval. ii Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). iii Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings i Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. ii Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. iii Call attention to each entry by drawing a "cloud" around the area or areas affected. CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised April 7, 2014 017839-4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 iv Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents 1 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. 2 If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP Application CITY OF FORT WORTH Carter Park East DrinkPak STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105311 Revised April 7, 2014 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GG 4.06 m M ent-al G nd}tienatSite GC-6.09 Permits and Utilities GC-6.21 NozWise-;.,,inatio GR-01 60 00 Product Requirements * From Original Standard Products List GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK * From Original Standard Products List ,m lxFwrm raLowuwJ r -= - \♦ I 1 \ Nemux eeFAwF°xm II -\)III II'I it iaAta Peaw CFex \ se,anoc CAR(NSi NO OYtmss ND uc II \ I \Y / BLOCKS AY I MM11''FF-iw°s:'sim-oswesR�-- \�� a cALLEo saa.ssrsncREs 1 wnrEedx�w�_,n._`' \ sxExs 1 DrtIGry ,xe�w�TPtF L RAc �no PG. s) I /'wrt.R.•IraaL ,wxwr�swxxr.xr-,wn I I I__- _ � \ 1\ (\ \ iNG. AWGC BLOCK? II ,mcm vuaLc°Fex � �� \ \ I sxEuvrow nnacwca, I / `! \ \\ \ I I r LOTS xasxutnFaE rus niu FFm[cT�r rxncrnnRsr,w rns PARTOF EO LINE \ \ APPRO%IN-EL �. CARTER INDUSTRIAL PARK xF mxiwnxw, \\ \) 11`-Uw n'^wa.�cau,orwaerenn: CALLER u5.5es ACRES sxAver. mncrrt nearrva xars -- J \\ III I(/� //1 \ F-I-YGRAPxICALLV S $ B. A SL. 6373)III cFFrasaExr xa arA°5P \I II II / LOCATED eas[D ON FEMAFIRM 9 I II \ T RPAFK EA6TUN0. LLC J srvEaevcouvry - 1 1 A\ EEMA AF(IN6TNa,Dzomaaqv/ARGNzt, g --- nxsr ten, II/ \\MA Lama, BLouc 7 Hors- - xu 1 y I LOT 17, BLOCK A i LOT 12, BLOCK A / 1 1 N\ 1 NTEIIRI LOT 13, pLO� KA II I t� CARTER PARK EAST Ilxsr. x°. mx,oeas CARTER PARK FAST wue II 11l DUSTR AL PARK II-s_o2VRonucilsa,i4xcEe 4zARK EAST I nx .xa ma>awe8 (INST. NO. D2211M9 G) (IN$T. NO.D2210F9352) °x' �4 varveanse uceesu'0ea'Vxnrxr Y IR Pws�xF FASEmExr INST. NO. J,22106935 (GRAsL Sa7al Ilxsr. nc. m-111 ( Y vl---- �_ ------ — JL- ----_ _ nxera rio a -___ --r_=-= /�- - eaaawwos, I� ----F-An_artE - YL,� /aAaar/nolr/ L - I �-S9°0234'3"E �- \V�Al/l\ LIMI \ FU I ' l BAEVELa B 1 / Il I x xa eax, mu, ale ,xx ,w,.lw. A \i .ucosc AmusasLTus Tx nn. _ �em g g /f`II 1 11 (IN6TON0. DaD5mBia9) a wxuC mlwlxcse FR°tEc Vses I ml Iy� \\ \ R a llll I j PART OF BLOCK 8 II wn xD Rw�mxas�SRw Pa6i Dr F `� \\ \\ \ A A oR MF i F CARTER _ IOL STRMLL PARK _------ (VOL 360a1, PG. 52) LOT 14 P GALLS-5-7ACREs 091.06' w IA \ ROE -ptaar y 68.8898ACRES FTE EAST LMID, LLc ro II e�oa�7am°�wseael \ c EG \ 3 Pi, �Laee-T, S I�I L�roM a oaN,R 3,000,839 50. FT. CA (IN- NO. I-WRIM) € g a I w l i \\ \ R R B a'_ II 1 -� s I asanxeEsreRN eE. � II I II i JOHN BURGESS DRIVEa°L°NP01YE1'ENExr wa,rorwwaww�rR,n a T �FN�Rp xeLLP. _; I I ii I I�I---� ���� aaA�—rDtr 0, xwePwxww, sle u - =— r T Win} E�nFMNR _ Isrmiswwa 538'34 E L KB }}yycw is wsrewnren awmcwniERa .-C I .. n FORSNITE�3 OR ON, �srW¢yxixxecexe, `/JJ+ 1 I I IS q mx,m weLc°FEx FASExcwr uxrtnmsEvs.RreaRn wv nxs Pu wa eEr I, s 293.9105 Y yyq ° mAcerx�exexr IarmisxuT Rvmsvw FINER LEGACY ORNE - IRsc Im SxT I I Q 3 Srrws O ^ \-wnc PueLcore, - \ - - - - •-L - - �N69°30'35"E _ - - - - - - - - - ^ �F _Ev�Ex J ce�i s, #� � EE.wEeEw� 27soae'_ae.,aea-- -Lr CARTT N OUSTRIAL PARK 2 Tt's^^n (INST IN OITRIAL A E / lul IIII!lIIIII i IIXsi.,w. Px,zwuw, Isrrnwvu )I _ 114 CALLED mD %7B ACRES I I I I I I I I IAR I\ �1 I�I I I I I I IJJ�LLJ 5 EAST IND.-U. (INST No, ozzomsaw) LOT 15 Trevmis Pmusavex 102.7440 ACRES 7 _ ) 4. FT. ,475,529 SON A w MINIMUMF N TER IN-- A"o ` L,aas,r°�uM I I- NO Daasamasa) $ RIGHT-OF-WAY DEDICATION �' t NORTH t =zmaQzax.+e arc 2.0 9' '`ztxanawarFASRnaxT (BY THIS PLATI .a E It 1 ilk l L tuaA FD x�N 87,332 ACRES I I I es.a—}--sxv ,a Le waraa 87,3325CI. FT. inxw,un �14.1T ENON ROAD 14.13' - NafnaPc.-t sN< mncranasrx- - L - W VuawN.EWxmKFIGNroF�vxArt NN-24-14"E 3481.26' j��Fwss aewr rwcrrx rssrx¢,srs fy5NW-- a5.atl�--.-___ --- --- MEIROFlu oalun F ^•'ro wnEx MMERCW. -.-_- Fll� I NN � <I`t-IMP OMER"NPA 5 J\la llx �NJ I SOxF ' API( ae�l m gg rvoL uiaw.ax,l (vDL die PO. Ste s NOL.3m-Pt. - IDI I nrv3r NG. asoDmB,a,e) 'EAORA'tA I6° as ggo K5 EVERMAN PARK30 NPARK g LOTt-R 1`1I1 COMMERCWL LOT �RwCVAUONry (VOL 3B6B3,PG ae) TARO FILING = BLDCK7 LEVERM AfIOITbN ML aes-21, PG. 7D) EVERMAN PARK FOUR (VOL. mBf, PO. 110) sxaercPVxrrttx°°x ux°swver. mans aesrx%,nc - ryOL.3BeF1B,PG IwVOLs3a8-18 PG. ) Crro.nasrrro.,ars ate) uun sun LOTTA8IE LAND USE wrxD. —ie; I Rww.�vrra®xn ,aw I 0 SURVEYOR. KIMLEYa10RNANO ATEe, lwc OWNER Wl RY STREET.T. UNITUNIT 1S 1,61mD PARKEAfiT UA LLC t0a VENUE, SUITE tmD CONTACT'MI AErBILLING3-,RP.L3. PHONE BI1Aa22- REFCASE NOPPa-7 FINAL PLAT LOTS 14 AND 15, BLOCK A CARTER PARK EAST SHELBY COUNTY SCHOOL LAND SURVEY, i TRACTS 4 AND 11 -ABSTRACT NO. 1375 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS Kimley»)Horn �cnem 701 sD�wxn11,4 tammn I xxavk W°M. Tewa L¢ F w pxtl JBH' t� t&, D2t = I O I NORTH "NDU TORNLASTK 3 IINST. ND. Do`a7esl _ SCALE wn e GRAPHIC w CARTER 3 ~� IN011STRBIL PARK t =xOD• ®aeKBe FT PART OF BLOCK 8 (VOL. 3B—, PG_ 52) LOT 14 68.8898 ACRES I 3,o00,839 SQ. FT. VICINITY MAP ,II JOHN BURGESS DRIVE S � i i3 � I11d ueoFomv°oerw�Tu..wn O L B "PrttFMm Tu IPPuuc II xumtusw°exr —+—TI 19 PvmeFun � f7 wrtNevwee —w aert --�L /au is y3 V u ,nt-- ll �yC —_—__ —`ulJl f �• 'ate LIe + wT2B�NB �IN5t. IN LINE TYPE LEGEND — �,~ � Tlllllllflllllll a= IIIIIIIIIIIII�I� LOT 15 LAND USE a 102.7440 ACRES R �100 F 4,475,529 SQ. FT. S ePr is r rw xMxouc,Pruwrs I�I�I(IIII�I(I(� RD�_.Pa w,'ml cAA mFxlo P� RIGHT-0E-W (By THIS PLAT) zzz����I IIIIIIIII IIIII 2T,332 SQ. FT.B4ACRES _ NvaAEvsNleOvnNmxROAD FuN uN xa ixn b xo III III I I I L. xwm . TM u wysw u rmmz ixc Ll (IN- NO. awoei+st w I'. w� wwe,. Lu e, �e L.. xma,�ew w.w PART OF BLOCK 8 I o S I zw rmazaer � 4 � ,00P Im �F,Pew wee CARTER Q uI o009 + n w e. amacc v. INDUSTRIAL PARK LOT 14 uz Lw ME >.. °w-wxw Ic.m (VOL. 38831, PG 52) p ue zo xoovzsv w.m I � 68.8898 ACRES I u. �m=� �N L1° w w l u' sw7vaw uznt 3,000,839 SQ. FT. xn xozs: I LI. wE sw I °. o• I I LM I Im °w JOHN BURGESSDRIVEruw ew Lv xro ut su wn° °a L,° xE I ..w I gee ew P I Iae xw ssF 1b.0 > Q yyCuRVE TAPl IERNO 02�870°1NN r. m (I— I I 11 IIIII� IIIIII�II P�ftrwoxrN i 2 LOT 15 (D��P^ FINAL PLAT 102.7440 ACRES LOTS 14 AND 15, BLOCK A 4, 4 75,529 SQ FT. CARTER PARK EAST SHELBY COUNTY SCHOOL LAND SURVEY, CARTER Puex FwsrtwxD. uc TRACTS 4 AND 11 - ABSTRACT NO. 1375 su,1E,Pm CITY OF FORT WORTH, TARRANT COUNTY, TEXAS 1 sr. HosD s°� RIGHT-0E-WAY DEDICATION PHoxE ansaazz-zm3 (BY THIS PLAT) Ki m I ey >>> H o r n 87,332 ACRES e) 87,33R SQ. FT. AIM I HORN AND ASSOCIATES, INC. ENON ROAD K1 CHERRY sTREEr, urm n,xtaoo nsvext uxa n, x,3BFl N..(Sn1335AEn (AVARuw.EwImH BIOH1oF-wAv) FORT—H.T N Tet02 Fort V•brtF, Tsime TSt D2 klmky�Fern wm PRONE B1r395a51, OASF NO. FKI-113 Ow�-4Y AlKwe w ' Cate sypy,xx„ee t-----1 I CONTACT. MICHAEL BILLINGSLEv,RP.L.B REFI—ENO.PP20037 I 1 -200' I J&1 I MCB I 1N1Crz021 I mt2a— 1 20 No. MNEBI CENTSRWTNN FLOOD STATEMENT, STATE OF TE,G Acmrtllrg m Map No.,9a3a1AJZCL, Gated MNCM1 21. 201B al me National FIooG Il,wranm Pmgrem Mep, Fbod Inwrarce RIM MN d COUNTY OFTAPAGNT Gpnty T rd Emelgenry MI A— F gpdb le nd vemin a specel raL BIBIM r deMS.d pedal nooe nswa area, wa nope�slamnem dB.. nw Irplr and me gopeM :e 093.Ndgr.bp6¢aea lsM bused nea srdM Gawb Gem oeMeeMmanaaeeennelu iauea�lbe Sppa natenhMenq nd veak TahSryan lne _—R.Utl BOBd Maampmspxbvnmeb OaMalnc wr 11EmeLawitle,U.C�TiameN�C�M. TnnIN.vnao�aszn�mM-1 PuucMnem 11 afam nt mar Min Caunb, im. ene MYO pan d A ®Ilse us.BBIT am Mwd UM W.cNm n span v.Smmy Cem m caar wrA Ead land LLC larvam In m.wmemwo. ozzpI"M dme omn.I Pahlm Pama.,.ea MmA amre wn aul.M eeemMa MAd_ wml: uu po�naaram�aufrram xeme�a in ty mdr Anamr Po.ty E�ac ao �R�m m Mai GBva� nMtWYrpemdi(O apvl,yfaTe._-can ehdpe uw. �. ibb�Bwmal.e a>se Ebd Aad+rmdB.mB.M het ba MaMcn lmnrm wen YJU mp me ssuueadmmr luttim A THENCE Spam m ZSAS'Em: ed'barmdaM.a2IMm • MMpn.mme Mln'IWA' mp mttrmnd. TI[NC[&brp Brn F.M •eMpmdt tt5.p laMba gMiMmmNnEnen Reb favwibh rumngmarvl: OMX9t'9 OEOICAIpN STATE OF TEXR. COUNTY OF MLLAB NOW AND THEREFORE, Mlmw dI men by the.E prepnta row Gib- P.M ElM Land, LLC apes hereby W.Ptib.e pet m LOM 14 AND 11 A, GARTER PARK WST en adwllop m,M any d Fort WbnA, Tarred c V, Taw and ems hereby aedlFeta to tM p ease ro,evarme llghnaMvq'BM eaemenm as shp hereon. EaLNke m,a M lN- Nyd aAwr.,we., gt. N CarMr Pam Eallem. LLc, aoda.are Bmmb-Sty mmparN By. caner E.alNi�/�aonlllty romParrv,im ameaBlre mamtn e JN1" P1.NF+,+ 6 Glee. , v- 4ee..d , D -UUIYoF�DAuas BEFORE ME, meu wsi[ma, a Npmly PMR, Ih nG br me C N and SIMB, on Ma day p 11y appeared tlnttt.ew E.nineCa1 trm. wrpmaeaM�BamamontMren.�Mrea.ea.,M 6aEapE=RJ'In�fmflam,drr,awaagEamma and Me.eawame GAREENN UU�NyD/(E]RIR1M_v INNDANDSFALOFOFFICE.,IXame ilT lots NO­­I­ 1. No1my YLblk iM br MB BbN of Tefae : ^. , _� FEaBSIRa � MYCarmrdeabn nPim. O'1't�-aW.3 /YX� euar TAI. _ B I.. br mid wfwy N Caad on BN Tan. Cowalnate SyMem d,fMJ PDt, aGlunmeMl. NOM Gneel ime 9202 Mm II applied wmbmea aceleleclwd t.60012 Th. Shd cwrainwes sM1mn Mran me Maetl on Sn Taw Cow M.I. Bydem of ,SS9, NoM Gmral Zpee n2R2, no a®le eM np ga9rdAw. xe wnemadm slat M a venapwbhaeclol M q II,Id nd swmn�eG ey Pne p't",. I — pans rand r nwm far mep smvame-m, u .hvalbna shall ha a minl_ d Na (2) feel aMrx the M 1 ilin la l tl e io. revue Nn wn mAnme'nee, dal A t f th. weMranm g M1pm ullm ale eevslopmenl of 1M1e IN imPM,nrere ma.»eMmmr a„ a �n orw.mr n waaewnn �„I>au fee.. tn. wfai ameam a.re¢na m Noe dd alwaesem. Msm apm samwe m fM aaem,m4ae. rer wane. IM ,nony, mwrelnAfM cMa Fan wpm, xnallr.v.me yAt to moa.ee deep mwee ml er pert or„rry e„eae,n.le�.F. ace. xnmA.mnpww mdtlN M pal emm my m A nave me dent 1 e1 Ilme�a wane exema i ap me won uN�eaaemen¢ fu�No prYPase al mnaWelm. ammnp, a e a A w renmina atl w wn Or m nemcMe sysk Mln.ur ma nmeaary a ¢p'tlnxa d - nnPbnnnm me weeenwK ane mlkmn a fmspumean npaa rsx.1M Iaw aww meewT 4 +rwaaM mMchaieelemaea umewsd eaew poem„pr. scnwktdme'mr�f fed oenarrsnenea Dame Me orM pM.TM Ol-, druDNw.vF,g wmm�n.nm am ne appmaea r.aa.ay "I". R. may e , Ar. ld hams anY permn all M Imla on Q.((a q+4 aea4 ale)Ilth.abeoea notwefwm.It. .erenrge xfuM may ha,x,ur.a along vnmaCFA briny flrafasae n, Ae se.dy a. Ge dtt,l NhIl Min any penm¢¢aeeeilrc wrune11Np ,nwm eadxdye�du,x mP�llc wcMs sinne axamb. RN.___ w Mr avaTade pw.hwe ua „aea tr me mr uaf M d any a4prcahk warer, a..,mr alo,m dam, wee�f yu aMw.b¢, wmdaBbwaanwx., aneepword iaMowdmd MmfM Orya Fm wain. Vv��Px.vakerah., AM .¢,.m mil la N.n aMex a b gMi.,d PbM. atreda. n m,rwp.aa..dn m. a,awaaN Falre p. Gnr Devamm.. wP, aGM �vn xameM - �p prone comaoe eew w e getM asudy Tn.. pnn ownsrs�e aumapaenr.wlw.nws a fM Io¢ a„e pa,WN n, ln,a aaeamame. a a IanM and:ewrzAv m a Iw miner:xmaum, m.11 M wprwrdonv bmma7aMme.i.ie uw,r.lreq.dia-rae. n. ryad,,.maeman.npaM.inn. narerywl ear alae.M+'uBw rwm..atr.aPa.a..a.d�w..wr..ewa,.le.nmepreaa p.r.Mm.arama:aa.emwpmr a°w m; ib u�l io1 dIIIlwnoK ioae::o..:::a I u, 111. 1. +.w m, abarFanwannaurotx, .11rm mdnM n. PageM awmnn ai Irsm� ealeum aaF,pe ways uavwalnA mnr pam.w'ryeawn neetree er eeeec, vA nsamby rmtllbm, a tlrA wY NSI Mva me MM d wlay m1 me w� nv �ma eww�M warwa. M,Ira na.,AAe.ava se mesaelN aa.sa m swmwar aanaw wwo. ewf tIR .�cM d Fertwo,m da,a M ememr m dsarseas mwm apm na amanaa d m.0 PAeEaEaa ru me a rmaawels)wmmw,e.a...pewmlM daA¢ABwywwM,aeaa mri w,dma wNia ne.waplai.r.mem Ma:ee.nmma ea Rn nox nmlldn eakr tln1 wnma wmlen aM4puel of fM drear a eamPony Im, inn a dlc vwb In m✓ b Ps.— obna i� ne m,watn le gmanee, sn.efMrdevdnm anonM.mlamcm atwomstlorp tmi'ea d mwavaua„esalingaD un,mm�eeveebprcmamarandmall SMVEYORs cE IGTNIN ropeM ®ademrnenm by angen lM Browns eurveyMmee°pRNyw Mrecbt.upeMebn m Sem ehnm Mrapn acwateb represenb the pMmAd ,g, z6r and ma au mRNq ero ram, MONPAQEOBRLIX09LEY ' ,dp.l Clw NlllnS.my t'9p 9556 NgMnred ProMMlmd Lana sumypr Sro�+ a o.8559 HERF REST UNIT NINC. &Jt CHERRV STREET, UNIT,i,N,360 WRIER PARK FABT4MI, LLC WORTH, TEKA9 >8102 1717 MOMNNEY AVENUE eI. TE 1S. PHONE: Bt7-4611 pALIAe,TEKAB7- FANTACT_ MICINEL BILLINGELEY. R.P.LB. --- FORT CITY PLAN COMMISSION CITY OF FORT WORTH, TEXAS THIS PUT IB VALID ONLY IF RECOROEONATHIN NIN[tt (p) MvsARER MTE OF APPRWPL PhIA,�¢,.IOMn // Ze 8 nlan 1 M- -•. n. CM1eimran eY 'G!atiib�bv2i smgrMr FINAL PLAT LOTS 14 AND 15, BLOCK A CARTER PARK EAST SHELBY COUNTY SCHOOL LAND SURVEY, TRACTS 4 AND 11 -ABSTRACT NO. 1375 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS Kimley>>> Horn B01 woMnn TewL I81t 1t.N13po Td. ro�161713J6B51t 02 FIRMBtptS,0,0 wwwM IryJiom.com REF NOI FP'D«=1° T I N. IJBIAI Gec 8 I aMWt I OB t l s30FJ GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK * From Original Standard Products List 1rerracon GeoReport Geotechnical Engineering Report Oak Grove Road Improvement Fort Worth, Texas November 20, 2020 Terracon Project No. 95205149 Prepared for: Carter Park East Land, LLC Dallas, Texas Prepared by: Terracon Consultants, Inc. Fort Worth, Texas November 20, 2020 Carter Park East Land, LLC 3819 Maple Avenue Dallas, Texas 75219 Attn: Mr. Matthew E. Colter, Vice President Re: Geotechnical Engineering Report Oak Grove Road Improvement Oak Grove Road and Joel East Road Fort Worth, Texas Terracon Project No. 95205149 Dear Mr. Colter: 1-rerracon GeoRepor We have completed the Geotechnical Engineering services for the above referenced project. This study was performed in general accordance with Terracon Proposal No. P95205149 dated September 24, 2020. This report presents the findings of the subsurface exploration and provides geotechnical recommendations concerning earthwork and the design and construction of pavement for the proposed project. We appreciate the opportunity to be of service to you on this project. If you have any questions concerning this report or if we may be of further service, please contact us. Sincerely, Terracon Consultants, Inc. Sushanta Bhusal, E.I.T Cheryl C. Pedraza, P.E. Senior Staff Engineer Geotechnical Department Manager cc: D. Tyler Baucom / Rob Riner Companies (tbaucom@robriner.com) Terracon Consultants, Inc. 2501 East Loop 820 North Fort Worth, Texas 76118 Registration No. F-3272 P [817] 268 8600 F [817] 268 8602 terracon.com/offices/fort-worth REPORT TOPICS INTRODUCTION.............................................................................................................1 SITE CONDITIONS.........................................................................................................1 PROJECT DESCRIPTION..............................................................................................2 GEOTECHNICAL CHARACTERIZATION...................................................................... 2 ENGINEERING RECOMMENDATION........................................................................... 3 GENERALCOMMENTS................................................................................................. 8 FIGURES........................................................................................................................ 9 Note: This report was originally delivered in a web -based format. Orange Bold text in the report indicates a referenced section heading. The PDF version also includes hyperlinks which direct the reader to that section and clicking on the GeoReport logo will bring you back to this page. For more interactive features, please view your project online at cl ient.terracon.com. ATTACHMENTS EXPLORATION AND TESTING PROCEDURES SITE LOCATION AND EXPLORATION PLANS EXPLORATION RESULTS SUPPORTING INFORMATION Note: Refer to each individual Attachment for a listing of contents. Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report Oak Grove Road Improvement Oak Grove Road and Joel East Road Fort Worth, Texas Terracon Project No. 95205149 November 20, 2020 INTRODUCTION This report presents the results of our subsurface exploration and geotechnical engineering services performed for the proposed Oak Grove Road Improvement project to be located at Oak Grove Road and Joel East Road in Fort Worth, Texas. The purpose of these services is to provide information and geotechnical engineering recommendations relative to: Subsurface soil (and rock) conditions Site preparation and earthwork Groundwater conditions Pavement design and construction The geotechnical engineering Scope of Services for this project included the advancement of eleven test borings to depth of about 10 feet below existing site grades. Maps showing the site and boring locations are shown in the .mte Locatio and Exploration sections, respectively. The results of the laboratory testing performed on soil samples obtained from the site during the field exploration are included on the boring logs and as separate graphs in the =xploration Results section. SITE CONDITIONS The following description of site conditions is derived from our site visit in association with the field exploration and our review of publicly available geologic and topographic maps. Item Parcel Information Existing Improvements DescriptioJKLL The project is located at along Oak Grove Road just south of Joel East Road in Fort Worth, Texas. 32.6456°N, 97.3042°W and 32.6310°N, 97.3043°W (approximate) See Site Location Oak grove road with underground utilities and easements Current Ground Various: asphalt, concrete and few trees along the east of Oak Grove Rd Cover Responsive ■ Resourceful ■ Reliable 1 Geotechnical Engineering Report lrerracon Oak Grove Road Improvement Fort Worth, Texas November 20, 2020 Terracon Project No. 95205149 GeORepOPt Item Description Existing Topography Based on the provided information proposed improvement area ground surface elevation ranges from about 684 ft to 697 feet. PROJECT DESCRIPTION Our initial understanding of the project was provided in our proposal and no comments have been made by the design group/client and our final understanding of the project conditions is as follows: Item Description We understand that the stretch of the Oak Grove Road (approximately 5300 lineal feet between Joel East Road and Enon Avenue will be improved. Proposed improvement will consist of the addition of lanes, for a total of up to 5 lanes and a concrete sidewalk. Provided information indicates that the Project Description existing asphalt pavement (both lanes) between Albertsons Drive and Enon Avenue will be demolished and the existing asphalt pavement present in the north bound lane between Joel East Road and Albertson Drive will be demolished as part of the proposed improvement. The road will be classified as an arterial road by the City of Fort. The majority of the planned roadway will be Portland cement concrete paving in accordance with the City of Fort Worth Pavement Design Manual dated Pavements January 29, 2015. The road will be classified as an arterial by the City of Fort Worth. We understand that a portion of the roadway at a transition near Enon Road will be asphalt paving. Traffic (per the city of Fort Worth Pavement Annual ESALs: 300,000 (Arterial) Design Manual) Site Grading Based on the provided civil design drawings, we have anticipated that up to 4 feet of fill and 2 feet of cut will be required to generate the finished grades. GEOTECHNICAL CHARACTERIZATION We have developed a general characterization of the subsurface conditions based upon our review of the subsurface exploration, laboratory data, geologic setting and our understanding of the project. This characterization, termed GeoModel, forms the basis of our geotechnical calculations and evaluation of site preparation and foundation options. Conditions encountered at Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report Oak Grove Road Improvement Fort Worth, Texas November 20, 2020 Terracon Project No. 95205149 1 rerracon GeoReport each exploration point are indicated on the individual logs. The individual logs can be found in the AVIVI QIIVII flC2fUl. section and the GeoModel can be found in the -ivul, section of this report. As part of our analyses, we identified the following model layers within the subsurface profile. For a more detailed view of the model layer depths at each boring location, refer to the GeoModel. Model Layer Layer Name General Description 1 Fill Flexible base material 2 Clay Fat and lean clay 3 Weathered Tan limestone with clay layers and seams Bedrock Groundwater Conditions The boreholes were observed while drilling and after completion for the presence and level of groundwater. The water levels observed in the boreholes can be found on the boring logs in Exploration Results and are summarized below. Groundwater was not observed in the boring while drilling, or for the short duration the borings could remain open. However, this does not necessarily mean the borings terminated above groundwater, or the water levels summarized above are stable groundwater levels. Due to the low permeability of the soils encountered in the borings, a relatively long period may be necessary for a groundwater level to develop and stabilize in a borehole. Long term observations in piezometers or observation wells sealed from the influence of surface water are often required to define groundwater levels in materials of this type. Groundwater level fluctuations occur due to seasonal variations in the amount of rainfall, runoff and other factors not evident at the time the borings were performed. Therefore, groundwater levels during construction or at other times in the life of the structure may be higher or lower than the levels indicated on the boring logs. The possibility of groundwater level fluctuations should be considered when developing the design and construction plans for the project. ENGINEERING RECOMMENDATION We understand that the stretch of the Oak Grove Road (approximately 5300 lineal feet between Joel East Road and Enon Avenue will be improved. The road will be classified as an arterial by the City of Fort Worth. Eleven soil borings were extended to a depth of about 10 feet along the sides of the Oak Grove Road planned roadway construction. Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report lrerracon Oak Grove Road Improvement Fort Worth, Texas November 20, 2020 Terracon Project No. 95205149 GeoReport General Site Grading We understand that up to 4 feet of fill and 2 feet of cut will be required to generate the finished grades. Based on the conditions encountered in the borings, excavations will encounter fat and lean clays. During excavations, applicable OSHA standards should be followed based on soil types and noted consistencies. The soils will need to be sloped or braced during construction. A fill against excavated slopes should be placed in relatively horizontal lifts. When placing fill on existing slopes that are steeper than about 6H:1 V, the fill should be benched into the slope. This breaks up potential slide planes and permits relatively horizontal lift placement. Any lift that becomes desiccated, rutted, or disturbed should be reworked prior to placing a subsequent lift. The on -site soils free of rock greater than 4 inches in maximum dimension are suitable for use in general site grading. Imported material should be a clean clay soil (free of deleterious materials and debris) with a liquid limit less than 65 percent and no rock greater than 4 inches in maximum dimension. Site preparation for the proposed project should include removing existing vegetation and site improvements (pavements and utilities) and any other unsuitable surface materials from the areas of new construction. Prior to placing any fill, the areas to receive fill will need to be stripped and grubbed. The subgrade should then be proofrolled. Any soft or pumping areas should be excavated to firm ground and properly backfilled. The subgrade should be scarified to a minimum depth of 8 inches and uniformly compacted as discussed in section Compaction Requirements. The fill materials should then be spread in loose, relatively horizontal lifts, less than 9 inches in thickness, and uniformly compacted to the same criteria. If filling is suspended and the subgrade becomes desiccated or rutted, it should be reworked prior to placement of a subsequent lift. Compaction Requirement Recommendations for compaction are presented in the following table. We recommend that engineered fill be tested for moisture content and compaction during placement. Should the results of the in -place density tests indicate the specified moisture or compaction limits have not been met, the area represented by the test should be reworked and retested as required until the specified moisture and compaction requirements are achieved. ITEM Subgrade preparation to receive fill Maximum lift thickness DESCRIPTION Surface scarified to a minimum depth of 8 inches 9 inches or less loose lift thickness Responsive ■ Resourceful ■ Reliable 4 Geotechnical Engineering Report lrerracon Oak Grove Road Improvement Fort Worth, Texas November 20, 2020 Terracon Project No. 95205149 GeoReport General site fills and lime treated A minimum of 95% maximum standard Proctor dry density subgrades (ASTM D698) in the range of -1 to +4 percentage points of optimum moisture content Lime/Sulfate Induced Heave Sulfate tests performed at the time of our investigation indicated sulfates content less than 100 ppm. When the sulfate concentrations are less than 3,000 ppm, the subgrade soils are considered to be suitable for lime treatment in the conventional manner using a single lime application. Imported fill material should be tested for soluble sulfate to evaluate the suitability of soils for lime stabilization. Pavement Subgrade Preparation Subgrade materials encountered consisted of clay soils. These soils are subject to loss of support with the moisture increases that can occur beneath paving. The clay soils react with hydrated lime, which serves to improve and maintain their support value. Lime treatment is recommended beneath pavement sections. We recommend that a minimum of 9 percent lime by dry weight be used to treat the subgrade soils at this site. The lime should be thoroughly mixed and blended with the top 8 inches of the subgrade (TxDOT Item 260). The lime modified subgrade should be uniformly compacted as discussed in section Compaction Requirements. Pavement subgrades should be protected from traffic or ponding water. They should be moist cured until the pavement is placed. We understand that in the area of the planned box culvert there is only 12 inches of clearance between the box culvert and top of pavement. In this area, the pavement subgrade should consist of at least 2 inches of flexible base material to be placed between the pavement and culvert. Flexible base material should meet requirement of TXDOT Item 247, Type A, Grade 5. Flexible base material should be compacted at minimum of 95% of maximum standard Proctor dry density (ASTM D698) in the range of -2 to +2 percentage points of the optimum moisture content. Site grading is generally accomplished early in the construction phase. However, as construction proceeds, the subgrade may be disturbed due to utility excavations, construction traffic, desiccation, or rainfall. As a result, the pavement subgrade may not be suitable for pavement construction and corrective action will be required. The subgrade should be carefully evaluated at the time of pavement construction for signs of disturbance or excessive rutting or overexcavation within the areas of near surface drain pipes. If disturbance has occurred, pavement subgrade areas should be reworked, moisture conditioned, and properly compacted to the recommendations in this report immediately prior to paving. Responsive ■ Resourceful ■ Reliable 5 Geotechnical Engineering Report Oak Grove Road Improvement Fort Worth, Texas November 20, 2020 Terracon Project No. 95205149 lrerracon GeoReport Support characteristics of subgrade for pavement design do not account for shrink/swell movements of an expansive clay subgrade, such as soils encountered on this project. Thus, the pavement may be adequate from a structural standpoint, yet still experience cracking and deformation due to shrink/swell related movement of the subgrade. At the time of our field operations on November 13, 2020, the overburden soils were at a dry state. Our laboratory absorption swell test results were as high as 8.3% for samples tested. Based on the Plasticity Index (PI) of the soils, the potential vertical rise (PVR) of the site soils is estimated to be on the order of 4 to 5 inches. The PVR is estimated utilizing the TxDOT method TEX-124-E and based on dry soil conditions. Pavement Design Parameters Pavement design for this project is based on procedures outlined by AASHTO for concrete paved roads and pavement design parameters prescribed by the City of Fort Worth's Pavement Design Manual (dated January 29, 2015). The following input parameters were used in the concrete pavement section analysis for an arterial road. Input Parameters for Arterial Roads Annual ESALs / Total ESALs Growth factor Design life Initial serviceability, Po Terminal serviceability, Pt Reliability, R Overall standard deviation, So Load transfer ("J" factor) Drainage coefficient Modulus of elasticity of concrete Modulus of rupture of concrete Modulus of reaction of subgrade soil Value 300,000 / 13,000,000 2.5% 30 years 4.5 2.5 90% 0.39 3.0 1.0 4,000 ksi 620 psi 200 pci Responsive ■ Resourceful ■ Reliable 6 Geotechnical Engineering Report Oak Grove Road Improvement Fort Worth, Texas November 20, 2020 Terracon Project No. 95205149 1 rerracon GeoReport If the pavements are subject to heavier loading and higher traffic counts than the assumed values, this office should be notified and provided with the information, so that we may review these pavement sections and make revisions if necessary. Roadway Pavement Sections Pavement sections were calculated using the AASHTO 1993 design method for the assumptions and design parameters discussed above. A pavement section is presented below for an arterial road that consists of Portland cement concrete supported on a lime modified subgrade. Arterial Road (Portland cement concrete) Pavement section Thickness (inch) Portland cement concrete 10 Lime modified subgrade, TxDOT Item 260 8 Total pavement thickness 18 The concrete should have a minimum 28-day compressive strength of 4,000 psi and a modulus of rupture of 620 psi. It should contain a minimum of 4.5 ± 1.5 percent entrained air. We understand that it is planned to use an asphalt section in a transition area near Enon road. A pavement section is presented below for the transitional pavement. Asphalt Concrete Pavement near Transition Pavement section Asphalt surface course Type D Asphalt base course -Type B Lime modified subgrade, TxDOT Item 260 Total pavement thickness Thickness (inch) 2 8 8 18 Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report lrerracon Oak Grove Road Improvement Fort Worth, Texas November 20, 2020 Terracon Project No. 95205149 GeORepOrt GENERAL COMMENTS Our analysis and opinions are based upon our understanding of the project, the geotechnical conditions in the area, and the data obtained from our site exploration. Natural variations will occur between exploration point locations or due to the modifying effects of construction or weather. The nature and extent of such variations may not become evident until during or after construction. Terracon should be retained as the Geotechnical Engineer, where noted in this report, to provide observation and testing services during pertinent construction phases. If variations appear, we can provide further evaluation and supplemental recommendations. If variations are noted in the absence of our observation and testing services on -site, we should be immediately notified so that we can provide evaluation and supplemental recommendations. Our Scope of Services does not include either specifically or by implication any environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or identification or prevention of pollutants, hazardous materials or conditions. If the owner is concerned about the potential for such contamination or pollution, other studies should be undertaken. Our services and any correspondence or collaboration through this system are intended for the sole benefit and exclusive use of our client for specific application to the project discussed and are accomplished in accordance with generally accepted geotechnical engineering practices with no third -party beneficiaries intended. Any third -party access to services or correspondence is solely for information purposes to support the services provided by Terracon to our client. Reliance upon the services and any work product is limited to our client, and is not intended for third parties. Any use or reliance of the provided information by third parties is done solely at their own risk. No warranties, either express or implied, are intended or made. Site characteristics as provided are for design purposes and not to estimate excavation cost. Any use of our report in that regard is done at the sole risk of the excavating cost estimator as there may be variations on the site that are not apparent in the data that could significantly impact excavation cost. Any parties charged with estimating excavation costs should seek their own site characterization for specific purposes to obtain the specific level of detail necessary for costing. Site safety, and cost estimating including, excavation support, and dewatering requirements/design are the responsibility of others. If changes in the nature, design, or location of the project are planned, our conclusions and recommendations shall not be considered valid unless we review the changes and either verify or modify our conclusions in writing. Responsive ■ Resourceful ■ Reliable 8 FIGURES Contents: Responsive ■ Resourceful ■ Reliable UtUMUUtL Oak Grove Road Improvement Fort Worth, TX Terracon Project No. 95205149 i ierracon GeoReport Model Layer Layer Name General Description 1 Fill Flexible base material 2 Clay -1 Fat and lean clay 3 Highly Weathered T Bedrock an limestone LEGEND ® Highly Weathered Fill ® Limestone ® Fat Clay Lean Clay NOTES: Layering shown on this figure has been developed by the geotechnical engineer for purposes of modeling the subsurface conditions as required for the subsequent geotechnical engineering for this project. Numbers adjacent to soil column indicate depth below ground surface. LIME SERIES 15.00 14.00 13.00 12.00 = 11.00 a 1 D.00 0.010 B.Od 7.00 15.010 D 2 A 6 8 Lime Umlent ('%) Sample: RG, aZ Line Content (%) Soil Description: dark brown fat -rlay 0--G Liquid Limit 72 % U1 Plastic Limit 25 % 7--G Plasticity Index: 47 9_11 Passing No. 2110: % 11.0 Optimum Lime r4pplicaiion Rate: 9% 10 PH 5.89 11.98 12.26 12.43 12-40 E 12 Responsive ■ Resourceful ■ Reliable ATTACHMENTS Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report Oak Grove Road Improvement Fort Worth, Texas November 20, 2020 Terracon Project No. 95205149 EXPLORATION AND TESTING PROCEDURES Field Exploration Number of Borings Boring Depth (feet) lrerracon GeoReport Boring Location 11 10 Oak Grove Road Boring Layout and Elevations: Unless otherwise noted, Terracon personnel provided the boring layout. Coordinates were obtained with a handheld GPS unit (estimated horizontal accuracy of about ±10 feet) and approximate elevations were obtained by interpolation from the provided drawing (Grading Plan, Sheet # 17 through 19, date 11/13/2020, and drawn by Kimley Horn). If elevations and a more precise boring layout are desired, we recommend borings be surveyed following completion of fieldwork. Subsurface Exploration Procedures: We advance the borings with a truck -mounted, rotary drill rig using continuous flight augers (solid stem and/or hollow stem as necessary depending on soil conditions). Five samples are obtained in the upper 10 feet of each boring and at intervals of 5 feet thereafter. In the thin -walled tube sampling procedure, a thin -walled tube is pushed hydraulically into the soil to obtain a relatively undisturbed sample. The samples were placed in appropriate container, taken to our laboratory for testing, and classified under the direction of a geotechnical engineer. In addition, we observe and record groundwater levels during drilling and sampling. For safety purposes, all borings are backfilled with auger cuttings after their completion. Our exploration team prepares field boring logs as part of the standard drilling operations. These field logs include visual classifications of the materials encountered during drilling and our interpretation of the subsurface conditions between samples. Final boring logs are prepared from the field logs. The final boring logs represent the geotechnical engineer's interpretation of the field logs and include modifications based on observations and tests of the samples in our laboratory. Laboratory Testing The project engineer reviewed the field data and assigned laboratory tests to understand the engineering properties of the various soil and rock strata, as necessary, for this project. Procedural standards noted below are for reference to methodology in general. In some cases, variations to methods were applied because of local practice or professional judgment. Standards noted below include reference to other, related standards. Such references are not necessarily applicable to describe the specific test performed. Water (Moisture) Content of Soil Liquid Limit, Plastic Limit, and Plasticity Index of Soils ■ Standard Test Method for Particle Size Analysis of Soils Responsive ■ Resourceful ■ Reliable EXPLORATION AND TESTING PROCEDURES 1 of 2 Geotechnical Engineering Report lrerracon Oak Grove Road Improvement Fort Worth, Texas November 20, 2020 Terracon Project No. 95205149 GeoReport Material Finer than 75-pm (No. 200) Sieve Absorption Swell Tests Soil Lime Testing Soluble Sulfates Absorption swell tests are performed on selected samples. These tests are used to quantitatively evaluate volume change potential at in -situ moisture levels. Selected samples are also tested for soluble sulfates. The results of these tests are presented in the tables below. SWELL TEST RESULTS Liquid Plasticity Initial Final Boring Depth Surcharge Swell Limit Index Moisture Moisture No. feet (feet) (ps ( ) N N N (°/u) R-2 2-4 71 47 20.4 25.3 375 6.1 R-6 4-6 63 42 22.9 24.0 625 0.9 R-10 4-6 63 42 14.6 21.7 625 8.3 SUMMARY OF SOLUBLE SULFATES TESTS Boring No. Depth (ft) Soluble Sulfates (ppm) R-2 2-4 <100 R-4 2-4 <100 R-6 2-4 <100 R-8 0-2 <100 R-10 0-2 <100 R-11 0-2 <100 Responsive ■ Resourceful ■ Reliable EXPLORATION AND TESTING PROCEDURES 2 of 2 SITE LOCATION AND EXPLORATION PLANS Contents: Site Location Plan Exploration Plan Note: All attachments are one page unless noted above. Responsive ■ Resourceful ■ Reliable RITF I nrATIM Oak Grove Road Improvement Fort Worth, Texas November 20, 2020 Terracon Project No. 95205149 rr � I. N it • WhI M Dr ITT h i ■ . DIAGRAM IS FOR GENERAL LOCATION ONLY. AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES lrerracon GeoReport MAP PROVIDED BY MICROSOFT BING MAPS EXPLORATION PLAN Oak Grove Road Improvement Fort Worth, Texas November 20, 2020 Terracon Project No. 95205149 1 -A N 1 it DIAGRAM IS FOR GENERAL LOCATION ONLY. AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES 1 rerracon GeoReport MAP PROVIDED BY MICROSOFT BING MAPS EXPLORATION RESULTS Contents: Boring Logs (R-1 through R-11) Note: All attachments are one page unless noted above. BORING LOG NO. R- 1 Paqe 1 of 1 PROJECT: Oak Grove Road Improvement CLIENT: Carter Park East Land LLC Dallas, TX SITE: Oak Grove Road and Joel East Road Fort Worth, TX w 0O LOCATION See Exploration Plan Z wa TEST AT LIMITS w w } I ­_STRENGTH D a z g v Latitude: 32.6449' Longitude:-97.3041° Q~ F a o w z F F w a z LL-PL-PI w ❑ ¢ w F uulj w W w IL ¢ ❑ 0 W Approximate Surface Elev.: 683 (Ft.) +/- ❑ ¢ m Q LL w W � O w ❑ ~ o DEPTH ELEVATION (Ft.) L)4 FILL - FLEXIBLE BASE MATERIAL 1 — - 3.3 681+/- FAT CLAY (CHI, dark brown, very stiff to hard 2 FJ RLEAN CLAY ICU, tan, hard IO.0 Boring Terminated at 10 Feet 675+/- 673+/- 1 3.5 (HP) 30.5 75-27-48 4.5 (HP) 29.5 3.5 (HP) 4.5 (HP) Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic Advancement Method: See Exploration and Testing Procedures for a Notes: Dry Auger description of field and laboratory procedures used and additional data (If any). Ground surface elevation estimated from the civil drawing provided by Kimley Horn See Supporting Information for explanation of Abandonment Method: symbols and abbreviations. Boring backfilled with auger cuttings upon completion. WATER LEVEL OBSERVATIONS Boring Started: 11-13-2020 Boring Completed: 11-13-2020 Groundwater not encountered during drilling Irerracon Drill Rig: Truck Driller: Gedco 2501 E Loop 820 N Fort Worth, TX Project No.: 95205149 BORING LOG NO. R- 2 Paqe 1 of 1 PROJECT: Oak Grove Road Improvement CLIENT: Carter Park East Land LLC Dallas, TX SITE: Oak Grove Road and Joel East Road Fort Worth, TX w 0O LOCATION See Exploration Plan Z wa TEST AT LIMITS w w }} I ­_STRENGTH D a z g v Latitude: 32.6439° Longitude:-97.3042° Q F F a Fn F o w z � F F EL w a z LL-PL-PI ❑ ¢ w F w w — W W w ¢ � ❑ U 0 W Approximate Surface Elev.: 682 (Ft.) +/- ❑ ¢ m Q w a- W Of O W w ❑ ~ o DEPTH ELEVATION (Ft.) L) �A FAT CLAY (CH), dark brown, hard . 2 9Z'A 11 Y"'7.0 675+/- LEAN CLAY ICU, tan, hard IRO.0 672+/- Boring Terminated at 10 Feet 4.5+ (HP) 22.2 4.5+ (HP) 20.4 71-24-47 82 4.5+ (HP) 21.1 4.5+ (HP) 4.5+ (HP) Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic Advancement Method: See Exploration and Testing Procedures for a Notes: Dry Auger description of field and laboratory procedures used and additional data (If any). Ground surface elevation estimated from the civil drawing provided by Kimley Horn See Supporting Information for explanation of Abandonment Method: symbols and abbreviations. Boring backfilled with auger cuttings upon completion. WATER LEVEL OBSERVATIONS Boring Started: 11-13-2020 Boring Completed: 11-13-2020 Groundwater not encountered during drilling Irerracon Drill Rig: Truck Driller: Gedco 2501 E Loop 820 N Fort Worth, TX Project No.: 95205149 BORING LOG NO. R- 3 Page 1 of 1 PROJECT: Oak Grove Road Improvement CLIENT: Carter Park East Land LLC Dallas, TX SITE: Oak Grove Road and Joel East Road Fort Worth, TX w 00 LOCATION See Exploration Plan w Z wa TEST D AT LIMITS w }} I ­_STRENGTH a z g v Latitude: 32.6425° Longitude:-97.3042° Q F F a Fn F o w z � F F EL w a w z LL-PL-PI ❑ ¢ 0 W Approximate Surface Elev.: 681 (Ft.) +/- w ❑ F ¢ m Q w — W w W w a- W ¢ Of � 0 ❑ W U w 0 O o DEPTH ELEVATION (Ft.) N FAT CLAY (CH), dark brown, hard , — 4.5+ (HP) 24.0 72-26-46 676+/- FAT CLAY (CH), dark brown, very stiff 0 671+/- 1Boring Terminated at 10 Feet 4.5+ (HP) 24.4 3.5 (HP) 25.6 3.5 (HP) 3.5 (HP) Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic Advancement Method: See Exploration and Testing Procedures for a Notes: Dry Auger description of field and laboratory procedures used and additional data (If any). Ground surface elevation estimated from the civil drawing provided by Kimley Horn See Supporting Information for explanation of Abandonment Method: symbols and abbreviations. Boring backfilled with auger cuttings upon completion. WATER LEVEL OBSERVATIONS Boring Started: 11-13-2020 Boring Completed: 11-13-2020 Groundwater not encountered during drilling Irerracon Drill Rig: Truck Driller: Gedco 2501 E Loop 820 N Fort Worth, TX Project No.: 95205149 BORING LOG NO. R- 4 Pape 1 of 1 PROJECT: Oak Grove Road Improvement CLIENT: Carter Park East Land LLC Dallas, TX SITE: Oak Grove Road and Joel East Road Fort Worth, TX w LOCATION See Exploration Plan w Z wa STRENGTH TEST D AT LIMITS w g U Latitude: 32.6411 °Longitude: -97.3042° }} Q F F F a Fn F o w z a z � F F ❑ ¢ w Fwa w w X w z wEL — ppaSurface . m Q w a- WOf O❑W w DEPTH ELEVATION (Ft.) O ~ L) o FAT CLAY (CH), dark brown, hard — 4.5 (HP) 20.7 77-27-50 — 4.5 (HP) 18.8 2 - !I j -.0 675+/- LEAN CLAY ICU, with sand, tan, hard 5 — 4.5+ (HP) 17.8 j4.5+ — (HP) LIMESTONE, with clay seams, tan 3 Boring Terminated at 10 Feet 1 Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic Advancement Method: See Exploration and Testing Procedures for a Notes: Dry Auger description of field and laboratory procedures used and additional data (If any). Ground surface elevation estimated from the civil drawing provided by Kimley Horn See Supporting Information for explanation of Abandonment Method: symbols and abbreviations. Boring backfilled with auger cuttings upon completion. WATER LEVEL OBSERVATIONS Boring Started: 11-13-2020 Boring Completed: 11-13-2020 Groundwater not encountered during drilling Irerracon Drill Rig: Truck Driller: Gedco 2501 E Loop 820 N Fort Worth, TX Project No.: 95205149 BORING LOG NO. R- 5 Paqe 1 of 1 PROJECT: Oak Grove Road Improvement CLIENT: Carter Park East Land LLC Dallas, TX SITE: Oak Grove Road and Joel East Road Fort Worth, TX w LOCATION See Exploration Plan w Z wa STRENGTH TEST D AT LIMITS w g v Latitude: 32.6399° Longitude:-97.3039° }} Q F F F a Fn F o w z a z � F F ❑ EL ¢ w F w a w w X w ¢ z — LL-PL-PI U Approximate Surface Elev.: 682 (Ft.) +/- ❑ ¢ m Q LL w a- W Of O ❑ W w DEPTH ELEVATION (Ft.) ❑ ~ L) o FAT CLAY (CH), dark brown, hard — 4.5+ (HP) 24.0 — 4.5+ (HP) 20.2 79-28-51 2 -.o s77+/- LEAN CLAY ICU, with sand, tan, very stiff 5 = 3.5 (HP) 15.5 j3.5 (HP) LIMESTONE, with clay seams, tan 3 Boring Terminated at 10 Feet 1 Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic Advancement Method: See Exploration and Testing Procedures for a Notes: Dry Auger description of field and laboratory procedures used and additional data (If any). Ground surface elevation estimated from the civil drawing provided by Kimley Horn See Supporting Information for explanation of Abandonment Method: symbols and abbreviations. Boring backfilled with auger cuttings upon completion. WATER LEVEL OBSERVATIONS Boring Started: 11-13-2020 Boring Completed: 11-13-2020 Groundwater not encountered during drilling Irerracon Drill Rig: Truck Driller: Gedco 2501 E Loop 820 N Fort Worth, TX Project No.: 95205149 BORING LOG NO. R- 6 PROJECT: Oak Grove Road Improvement CLIENT: Carter Park East Land LLC Dallas, TX SITE: Oak Grove Road and Joel East Road Fort Worth, TX W 0 LOCATION See Exploration Plan LU } OJ g v Latitude: 32.6383' Longitude:-97.3045' Li 0 W Approximate Surface Elev.: 689 (Ft.) DEPTH ELEVATION (Ft.) FAT CLAY (CH), dark brown, very stiff to hard 2 0 683+/- LEAN CLAY ICU, tan, hard 0.0 Boring Terminated at 10 Feet Paqe 1 of 1 z w STRENGTH TEST o ATTERBERG , LIMITS w }a} F LU -a Z LL w� F wU) w >_ �F LL w w w ¢ � z w LL-PL-PI Uw ❑ W a v Oo Ir � < w LU LU O�� U wO U — 4.5 (HP) 18.0 — 4.0 (HP) 19.5 5 — 4.5+ (HP) 22.9 63-21-42 4.5+ (HP) 4.5+ (HP) Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic Advancement Method: See Exploration and Testing Procedures for a Notes: Dry Auger description of field and laboratory procedures used and additional data (If any). Ground surface elevation estimated from the civil drawing provided by Kimley Horn See Supporting Information for explanation of Abandonment Method: symbols and abbreviations. Boring backfilled with auger cuttings upon completion. WATER LEVEL OBSERVATIONS Boring Started: 11-13-2020 Boring Completed: 11-13-2020 Groundwater not encountered during drilling Irerracon Drill Rig: Truck Driller: Gedco 2501 E Loop 820 N Fort Worth, TX Project No.: 95205149 BORING LOG NO. R- 7 Paqe 1 of 1 PROJECT: Oak Grove Road Improvement CLIENT: Carter Park East Land LLC Dallas, TX SITE: Oak Grove Road and Joel East Road Fort Worth, TX w LOCATION See Exploration Plan w Z wa STRENGTH TEST D AT LIMITS w g v Latitude: 32.6369° Longitude:-97.3039° }} Q F F F a Fn F o w Z a z � F F ❑ ¢ EL w H w a w w W w ¢ z — LL-PL-PI U Approximate Surface Elev.: 691 (Ft.) +/- ❑ ¢ m Q LL w a- W Of 0 ❑ W w DEPTH ELEVATION (Ft.) 0 O o A FAT CLAY (CH), dark brown, hard LIMESTONE, with clay layers and seams, tan Boring Terminated at 10 Feet 4.5+ (HP) 4.5+ (HP) 4.5+ (HP) 100/1.5" 24.2 66-24-42 17.0 8.4 Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic Advancement Method: See Exploration and Testing Procedures for a Notes: Dry Auger description of field and laboratory procedures used and additional data (If any). Ground surface elevation estimated from the civil drawing provided by Kimley Horn See Supporting Information for explanation of Abandonment Method: symbols and abbreviations. Boring backfilled with auger cuttings upon completion. WATER LEVEL OBSERVATIONS Boring Started: 11-13-2020 Boring Completed: 11-13-2020 Groundwater not encountered during drilling Irerracon Drill Rig: Truck Driller: Gedco 2501 E Loop 820 N Fort Worth, TX Project No.: 95205149 BORING LOG NO. R- 8 Paqe 1 of 1 PROJECT: Oak Grove Road Improvement CLIENT: Carter Park East Land LLC Dallas, TX SITE: Oak Grove Road and Joel East Road Fort Worth, TX w LOCATION See Exploration Plan w Z wa STRENGTH TEST D AT LIMITS w g v Latitude: 32.6355° Longitude:-97.3045° }} Q F F F a Fn F o w z a z � F F ❑ ¢ EL w F w a w w W w ¢ z — LL-PL-PI U Approximate Surface Elev.: 697 (Ft.) +/- ❑ ¢ m Q LL w IL W Of O ❑ W w ❑ ~ o DEPTH ELEVATION (Ft.) L) FAT CLAY (CH), dark brown, hard 4.0 j LEAN CLAY (CLI, tan, hard z j j j i j j / 0.0 Boring Terminated at 10 Feet 4.5+ (HP) 4.5+ (HP) 693+/- 5 — 4.5+ (HP) 4.5+ (HP) 0_:A 4.5 (HP) 687+/- 1 21.5 72-25-47 15.1 11.3 Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic Advancement Method: See Exploration and Testing Procedures for a Notes: Dry Auger description of field and laboratory procedures used and additional data (If any). Ground surface elevation estimated from the civil drawing provided by Kimley Horn See Supporting Information for explanation of Abandonment Method: symbols and abbreviations. Boring backfilled with auger cuttings upon completion. WATER LEVEL OBSERVATIONS Boring Started: 11-13-2020 Boring Completed: 11-13-2020 Groundwater not encountered during drilling Irerracon Drill Rig: Truck Driller: Gedco 2501 E Loop 820 N Fort Worth, TX Project No.: 95205149 BORING LOG NO. R- 9 Paqe 1 of 1 PROJECT: Oak Grove Road Improvement CLIENT: Carter Park East Land LLC Dallas, TX SITE: Oak Grove Road and Joel East Road Fort Worth, TX w LOCATION See Exploration Plan w Z wa STRENGTH TEST D AT LIMITS w g v Latitude: 32.6342' Longitude:-97.304' } Q~ F F a o w z a z F F W d ❑ ¢ J w F w a ❑ (n W F W (7 ,., Z W w zt ¢ Q W z }= Z LL-PL-PI U 0 W Approximate Surface Elev.: 694 (Ft.) +/- ❑ ¢ m Q uui LL w � O ❑ w DEPTH ELEVATION (Ft.) ❑ ~ L) o A FAT CLAY (CH), dark brown, hard LEAN CLAY (CLI, brown, hard LIMESTONE, with clay layers and seams, tan Boring Terminated at 10 Feet 690+/- 5- 688+/- 684+/- 1 L 4.5+ (HP) 4.5+ (HP) 4.5+ (HP) 100/2.5" 24.0 15.8 61-21-40 M Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic Advancement Method: See Exploration and Testing Procedures for a Notes: Dry Auger description of field and laboratory procedures used and additional data (If any). Ground surface elevation estimated from the civil drawing provided by Kimley Horn See Supporting Information for explanation of Abandonment Method: symbols and abbreviations. Boring backfilled with auger cuttings upon completion. WATER LEVEL OBSERVATIONS Boring Started: 11-13-2020 Boring Completed: 11-13-2020 Groundwater not encountered during drilling Irerracon Drill Rig: Truck Driller: Gedco 2501 E Loop 820 N Fort Worth, TX Project No.: 95205149 BORING LOG NO. R-10 Paqe 1 of 1 PROJECT: Oak Grove Road Improvement CLIENT: Carter Park East Land LLC Dallas, TX SITE: Oak Grove Road and Joel East Road Fort Worth, TX w LOCATION See Exploration Plan w Z wa STRENGTH TEST D AT LIMITS w g v Latitude: 32.6327° Longitude:-97.3044° F }} Q F a Fn F o w Z a z � F F EL ❑ ¢ w w F w a w w X w ¢ z — LL-PL-PI w Approximate Surface Elev.: 693 (Ft.) +/- ❑ ¢ m Q LL w a- W Of O ❑ W w ❑ ~ o DEPTH ELEVATION (Ft.) L) FAT CLAY (CH), dark brown, hard 2 0 LEAN CLAY ICU with sand, tan, hard i 0.0 Boring Terminated at 10 Feet 4.5+ (HP) 4.5+ (HP) 5 — 4.5+ (HP) 687+/- _ 4.5+ (HP) 4.5+ (HP) 683+/- 11.5 12.2 63-21-42 14.6 Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic Advancement Method: See Exploration and Testing Procedures for a Notes: Dry Auger description of field and laboratory procedures used and additional data (If any). Ground surface elevation estimated from the civil drawing provided by Kimley Horn See Supporting Information for explanation of Abandonment Method: symbols and abbreviations. Boring backfilled with auger cuttings upon completion. WATER LEVEL OBSERVATIONS Boring Started: 11-13-2020 Boring Completed: 11-13-2020 Groundwater not encountered during drilling Irerracon Drill Rig: Truck Driller: Gedco 2501 E Loop 820 N Fort Worth, TX Project No.: 95205149 BORING LOG NO. R-11 Paqe 1 of 1 PROJECT: Oak Grove Road Improvement CLIENT: Carter Park East Land LLC Dallas, TX SITE: Oak Grove Road and Joel East Road Fort Worth, TX w LOCATION See Exploration Plan w Z wa STRENGTH TEST D AT LIMITS w g v Latitude: 32.6313' Longitude:-97.3041° F } Q~ F a o w Z a z F F W d ❑ ¢ J ❑ (n w F w a w W F W (7 ,., Z WW w zt ¢ Q W z }= Z LL-PL-PI U 0 W Approximate Surface Elev.: 687 (Ft.) +/- ❑ ¢ m Q LL w IL � O ❑ w ❑ ~ o DEPTH ELEVATION (Ft.) L) FAT CLAY (CH), dark brown, hard 4.0 j LEAN CLAY ICU, with sand, tan, hard z j j j i j j / 0.0 Boring Terminated at 10 Feet 4.5+ (HP) 4.5+ (HP) 683+/- 5 — 4.5+ (HP) 4.5+ (HP) 0:�A 4.5+ (HP) 677+/- 1 16.9 54-19-35 18.0 11.6 Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic Advancement Method: See Exploration and Testing Procedures for a Notes: Dry Auger description of field and laboratory procedures used and additional data (If any). Ground surface elevation estimated from the civil drawing provided by Kimley Horn See Supporting Information for explanation of Abandonment Method: symbols and abbreviations. Boring backfilled with auger cuttings upon completion. WATER LEVEL OBSERVATIONS Boring Started: 11-13-2020 Boring Completed: 11-13-2020 Groundwater not encountered during drilling Irerracon Drill Rig: Truck Driller: Gedco 2501 E Loop 820 N Fort Worth, TX Project No.: 95205149 SUPPORTING INFORMATION Contents: General Notes Unified Soil Classification System Note: All attachments are one page unless noted above. UNIFIED SOIL CLASSIFICATION SYSTEM lrerracon GeoReport. Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests A Coarse -Grained Soils: More than 50% retained on No. 200 sieve Clean Gravels: Gravels: Less than 5% fines c More than 50% of coarse fraction retained on No. 4 sieve Gravels with Fines: More than 12% fines c Sands: 50% or more of coarse fraction passes No. 4 sieve Clean Sands: Less than 5% fines Sands with Fines: More than 12% fines Cu>>4and 1<Cc<<3E Cu < 4 and/or [Cc<1 or Cc>3.0] Fines classify as ML or MH Fines classify as CL or CH Cu>-band 1 <<Cc<<3 Cu < 6 and/or [Cc<1 or Cc>3.0] Fines classify as ML or MH Fines classify as CL or CH Soil Classification Group iymbol Group Name B GW Well -graded gravel F GP Poorly graded gravel GM Silty gravel F, c, H GC Clayey gravel F, G, H SW Well -graded sand SP Poorly graded sand SM Silty sand c, H, i SC Clayey sand c, H, i PI > 7 and plots on or above "A" CL Lean clay K, L, M Inorganic: Silts and Clays: PI < 4 or plots below "A" line ML Silt K, L, M Liquid limit less than 50 Liquid limit - oven dried Organic clay K, L, M, N Fine -Grained Soils: Organic: < 0.75 OL Liquid limit - not dried Organic silt K, L, M, o or more passes the No. No. 200 sieve Inorganic: PI plots on or above "A" line CH Fat clay K, L, M Silts and Clays: PI plots below "A" line MH Elastic Silt K, L, M Liquid limit 50 or more Liquid limit - oven dried Organic clay K, L, M, P Organic: < 0.75 OH Liquid limit -not dried Organic silt K, L, M, o Highly organic soils: Primarily organic matter, dark in color, and organic odor PT Peat Based on the material passing the 3-inch (75-mm) sieve. H If fines are organic, add "with organic fines" to group name. If field sample contained cobbles or boulders, or both, add "with cobbles I If soil contains >- 15% gravel, add "with gravel" to group name. or boulders, or both" to group name. J If Atterberg limits plot in shaded area, soil is a CL-ML, silty clay. Gravels with 5 to 12% fines require dual symbols: GW-GM well -graded K If soil contains 15 to 29% plus No. 200, add "with sand" or "with gravel with silt, GW-GC well -graded gravel with clay, GP -GM poorly gravel," whichever is predominant. graded gravel with silt, GP -GC poorly graded gravel with clay. If soil contains >_ 30% plus No. 200 predominantly sand, add Sands with 5 to 12% fines require dual symbols: SW-SM well -graded " sandy" to group name. sand with silt, SW -SC well -graded sand with clay, SP-SM poorly graded sand with silt, SP-SC poorly graded sand with clay. MIf soil contains >- 30% plus No. 200, predominantly gravel, add "gravelly" to group name. 2 (D30) H PI >- 4 and plots on or above "A" line. Cu = D60/D,o Cc = o PI < 4 or plots below "A" line. D10 X D60 "A" P PI plots on or above line. F If soil contains >- 15% sand, add "with sand" to group name. o pl plots below "A" line. c If fines classify as CL-ML, use dual symbol GC -GM, or SC-SM. 60 1 1 For classification of fine-grained soils and fine-grained fraction 50 —of coarse -grained soils Equation of "A" - line Horizontal at PI=4 to LL=25.5. X 40 — then PI=0.73 (LL-20) W / ❑ Equation of "U" - line Z Vertical at LL=16 to PI=7, // >- 30 — then PI=0.9 (LL-8) / t� O 20 co J^ CL ll 10 ,� 7 CL-ML ML 4 -- ML or OL 0 0 10 16 20 30 40 50 MH or OH IIt LIQUID LIMIT (ILL) GENERAI MOTES TO LOG TERMS 1 rerracon GeoReport. rSAMPLING WATER LEVEL �e �FbxkCora Cuttings Water Initially Encountered Water Level After a Specified Period of Time ®Grab 'Shelby Sam* Tube � Water Level After a Specified Period of Time ®St8FKI,md W Water levels indicated on the soil boring logs are the levels neua+;o„ Teveas Cone measured in the borehole at the times indicated. Testneirorrkier Groundwater level variations will occur over time. In low permeability soils, accurate determination for groundwater levels is not possible with short term water level observations. DESCRIPTIVE SOIL CLASSIFICATION FIELD TESTS N Standard Penetration Test Resistance (Blows/Ft) (HP) Hand Penetrometer (T) Torvane (DCP) Dynamic Cone Penetrometer UC Unconfined Compressive Strength (PID) Photo -Ionization Detector (OVA) Organic Vapor Analyzer Soil classification is based on the Unified Soil Classification System. Coarse Grained Soils have more than 50% of their dry weight retained on a #200 sieve; their principal descriptors are: boulders, cobbles, gravel, or sand. Fine Grained Soils have less than 50% of their dry weight retained on a #200 sieve; they are principally described as clays if they are plastic, and silts if they are slightly plastic or non -plastic. Major constituents may be added as modifiers and minor constituents may be added according to the relative proportions based on grain size. In addition to gradation, coarse - grained soils are defined on the basis of their in -place relative density and fine-grained soils on the basis of their consistency. Unless otherwise noted, Latitude and Longitude are approximately determined using a hand-held GPS device. The accuracy of such devices is variable. Surface elevation data annotated with +/- indicates that no actual topographical survey was conducted to confirm the surface elevation. Instead, the surface elevation was approximately determined from topographic maps of the area. RELATIVE DENSITY OF COARSE -GRAINED SOILS CONSISTENCY OF FINE-GRAINED SOILS (50% or more passing the No. 200 sieve.) (More than 50% retained on No. 200 sieve.) Consistency determined by laboratory shear strength testing, field visual -manual Density determined by Standard Penetration Resistance procedures or standard penetration resistance Standard Penetration or Standard Penetration or Descriptive Term Descriptive Term Unconfined Compressive Strength N-value N-value (Density) (Consistency) Qu, (tsf) Blows/Ft. Blows/Ft. Very Loose 0-3 Very Soft Less than 0.25 0-1 Loose 4-9 Soft 0.25 to 0.5 2-4 Medium Dense 10 — 29 Medium Stiff 0.5 to 1.00 4-8 Dense 30 — 50 Stiff 1.00 to 2.00 8 — 15 Very Dense >50 Very Stiff 2.00 to 4.00 15 — 30 Hard >4.00 >30 RELATIVE PROPORT ONS OF SAND AND GRAVEL RELATIVE PROPORTIONS OF FINES Descriptive Term(s) of Percent of Descriptive Term(s) of Percent of other constituents Dry Weight other constituents Dry Weight Trace <15 Trace <5 With 15 — 29 With 5-12 Modifier >30 Modifier >12 GRAIN SIZE TERMINOLOGY PLASTICITY )ESCRIPTION Major Component of Sample Particle Size Term Plasticity Index Boulders Over 12 in. (300 mm) Non -plastic 0 Cobbles 12 in. to 3 in. (300 mm to 75 mm) Low 1 — 10 Gravel 3 in. to #4 sieve (75mm to 4.75mm) Medium 11 — 30 Sand #4 to #200 sieve (4.75mm to 0.075mm) High >30 Silt or Clay Passing #200 sieve (0.075mm) GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK * From Original Standard Products List CutYEkl ZWSCq.LLe PARK 1lKsr. Np. uRplpAt) t G I , OAK GROVE ROAD- '� < ® COUNTY ROAD NO. 1023 E v�w�xwrnxl�»R.w-�w., � I � Mt II 3 1 xen �+aea e I ! I M1 'mwyb,�a u a' lo�OMO,.D':oa'c f0101o�c AlolD'D',,o D� f I I 4 i I I rwcr� .Pros onwarz wouerRu� �n. pRsr. w, o-msme+.>R W.Ml P7 ryW ,••.,i, w. SM -------------------- ----------------- ------ ��I`��' yIOOO qLL� '� xaomRouetJ _�_,.__. -_____--__-_- 0.00 __ ,xaoxmmewl6 ll �Im 0O0o IOy ILL I I I IIVII i Eul - ! I I � I I n _ -fin �f T�� ���T Ff7T ! I ; ! I I I ! I { 4 I i!!i !iE PE PHASE III - GAS LINE POTHOLE EXHIBIT 6� V �w:ao mx�°�$I.� M", rt Worth, Texas eptember 2023 U 1 1YYYi VVAJI � (G �i RaRm l 9RAPNG 6GLEMPFk'[ • �[mm Cam[^-4Sh � 5iT31 NW w kv Bunn Znswc�uen�- swn asn r¢n �rtn, rx T51oz arr.i smr�wrm. uon nb.vaza GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK * From Original Standard Products List 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 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 05/16/2024 Concrete 9/9/2022 03 3000 Mix Design American Concrete Company 9/9/2022 03 30 00 Miz Design American Concrete Company 9/9/2022 03 30 00 Miz Design American Concrete Company 9/9/2022 03 30 00 Miz Dcid American Concrete Company 91/2 2 03 30 00 Mix Dcar Argos 9/9/2022 03 30 00 Mix Des Argos 9/9/2022 0330 00 Mix Dell Argos 9/9/2022 03 30 00 Mix Deslpr Argos 9/9/2022 03 30 00 Mix DeslI Argos 9/9/2022 03 30 00 Mix Desl Argos 9/9/2022 Ol 30 00 Mix Des"m Argos 9N/2022 03 3000 Mix Desll Argos 9/92022 03 3000 Miz Des gn Argos 9/V022 03 3000 Mix Des gn Argos 9/9/2022 03 3000 Mi. Des gn Argos 9/9/2022 03 30 00 Miz Des gn Argos 9/9/2022 0'3 '30 00 Mix Des gn 4rgo6 9/9/2022 03 3000 Mix Des gn Argos 9/9/2022 03 3000 Mix Des gn Argos 9/9/2022 03 3000 Mix Des gn Argos 9/9/2022 03 3000 Mix Des, Argos 9/92022 07 3000 Mix Des Argos 9/9/2022 03 3000 Mix Design A�s 9/9/2022 03 30 00 Min Design Big, Concrete 9/9/2022 03 30 00 Mi.x Design Rig D Concrete 5/2/2023 32 13 13 Mix Design Big Concrete 9/9/2022 03 30 00 Mi.x Design Rig Town Concrete 9/9/2022 03 30 00 Mi.x Design Rig Town Concrete 9/9/2022 03 30 00 Mi.x Design Rumco Texas 9/9/2022 033000 Mix Desi�, Rumco Texas 9/9/2022 033000 Mix Des Rumco Texas 9/9/2022 0330 00 Mix Des1i r Rumco Texas 9/9/2022 0330 00 Mix Design Rumco Texas 9/9/2022 03 30 00 Mix Design Rumco Texas %9/2U22 113 3111111 Mix Daigit Bmmco Texas 9/9/21122 113 3111111 Mix Design Bumco Texas 9/9/21122 03 30 00 Mix Design Bmmco Texas 9l9/2U22 03 30 00 Mix Design Borneo Texas i/8/2024 03 3000 Mix Design Bumco Texaa 4/l/2024 033000 mix Design Bnrnco Tex 4/1 /2U24 U3 3U UU Mix Design B 0, - Tcxav 4/1 /2U24 U3 30 UU Mix Dceigt Bumco Texas 4/l /2U24 U3 30 UU mix Design Bumco Texas 4/l /2U24 330U0 033000 Mix Design Borneo Tcxav 4/l /2023 0334 16 Mix Design Bumco Texas 9/9/2022 03 30 00 Mix Design Carder Concrctc 9/9/2022 03 3000 Mix Design Cardcr Concrctc 9/9/2022 03 30 00 Mix Design Cardcr Co- 9/9/2022 033000 Mix Design Carder Concrctc 9/9/2022 03 3000 Mix Design Carder Concrctc 9/9/2022 03 3000 it4iz Design Carder Concrete 9/9/2022 033000 Mix Design Cmdcr C.oncrac 9/9/2022 033000 Mix Design C.wdcr Concrcrc 9/9,2022 033000 Mix Design Charlcys Concrctc 9/9,2022 03 30 00 Mix Design Ch. c3?s Conc- 9/9/2U22 033000 Mix Design Charlcys Concrcrc 9/9/2022 03 30 00 Mix Design Charlcys Concrctc 9/9/2022 033000 Mix Design C'.harlcys Conorete 9/W2022 03 30 00 Mix Design C'.hadcys Conorcte 9/9/2022 03 30 00 Mix Design Chad v's Can, 9/9/2022 0111100 3 30 00 Mix Design Chancy, C-erete 9/9/21122 03300 Mix Den C'harlcys Concrotc 9/9/21122 03 30 0:; Mix Desigrt C'harlcys Concrctc 9l9/21122 113 3111111 Mix Design Charlcys Concrctc 9l9/21122 113 3111111 Mix Design Ch"We 'mu ictc 9/9/21122 03 30 00 Mix Design Chisholm Trod Rcdi Mix 9/9/2022 03 30 00 Mix Design City Concmtc Company 30CAF029 3000 psi Concrete ror Sidewalks & ADA Ra))rps OI JAF382 I Zri Concrete Rase Material ror Trench epah 40CP1F065 400J. *Concrete for Manholes & [aility Stmdures 45CAF076 4501JJJQ�si Concrete for Hand Placed Paviqq�� ��Qh�l�l�l�JjjJ ¢511Jsi Concrete l Hand Placed tiauing (f�f�f�f �JI jIf 144 ((ff psi Concrete on r to f Hand Placed Paring DI000000:793 4500yysi Concrete for Hand Placed Pat ing DI 000000103 450%si Concrele for Hand Placed Paring D10000002107 4500 psi Conttele In, Hand Placed Paring D10000001273 4500 psi Conttele for Hand Placed Paring D100000016173600psi Cm ::I Machine Placed Paving DI 0000008381 4500 R i Concrete f HFS Paving DI0000009857 50 pps, }lox able Fill -CLSM D10000001055 3000gsi Concrete I Jnlets, Junction Roses, Manholes, Channel Liners, Sidewalks, Driveways, Curb & Gulter DI000001043S 3000 psi Concrete for Sidewalks, Curbs DI OOOOO1565S 3000 yi Concrete fix Curbs, Curb & Cullers, Sidewalks, Drxeways, ADA Ramps D1000001615 3600yysi Concrete for Jnlets, Boxes, Encasement, Blocking D10000001061 302si Concrete forinlets, Boxes, Encasement, RloekigQ D10000001083S 4060 psi Concrete for Valve Pads, Inlets, Stmctures, Headwalls, Thma Blocking D10000001083 40%yi Concrete for Valve Pads, Wels, Stmcures, Headwalls, Thmst Blocking D10000001685 4006yys1 Concrete for Valve Pads D10000005751 730 Vsi Concrete Rase for Trench Repair DI0000001681 4000 psi Concrete for Headwalls, Retaining Walls, Box Culverts, Valley Gutters 7SKGRT 3000ysi Concrete for C— ink 14500AF 4500psi Concrete for Big h F>I ly Siren h Paving Ch414520AA 430, ppsSi Concrete for�and Placed aving 452065-14500gsi band laced paving 450065-1 450J i hand placed ppaa 4SUSOORG 454i Concrete hdisNNmid Placed Paving, Slonn Stmctures 40U553RCT 4000 psi Concrete Mix f Machine Placed Paving 55U120ACT4000 psi Concrete Mix f High Farly Strength Pavirujk 30UI00AG 3000 psi Concrete Mix for Pipps� Collam, Jnlels, Thrust blocks, Sidewalks, ADA Ramps 30U101 AG 3000 psi Concrete Mix for FTalwork 30U50ORG3000i.i Concrete Mix for Blocking, Encasement, Curb h lcls, Junction Boxes, Fire Hydrant Pads, Driveways, Curb & Gutters, Sidewalk, ADA Rampa 40U500BG 41MM) psi Concrctc Mix fix, Sronn Drain Stmctures, Drive w, Scrcat Walls, Collars 36U500BG 36m psi Concrotc Mix fix, Lighting and Tmflic Signal Foundations 08Y450BA X00 psi Concrctc Mix for Basc tb Trcrtch Rcpair 011'69OBF 100 psi Concrctc Mix for Flowablc Fill 36U502BG / 5.74 Sacks, 3,600 psi Cm -co, Mix ror Lighting & Traffic Signal Foundations 35U500BG 3500psi Concrete Mix ror Crosswalk 30U500BG 30WIei Concrctc Mix ror Sidewalk 09Y450BA Grout OIY69OBF IOU psi Concrctc Mix for Flowable Fill 55U120AG 4500rei Con— Mix for High Cady Straigth 30Wlei@ 3 days IOYH50BF 1000 psi Concrctc Ban Mntcrial for Trench Repair FWCC602021 4500 par concrete for Hand Plmcd Paring FWCC55ZO91 3600 par for Machine Placed Prating FWCC602091 3600 psi for Machine Placed Petting FWCC359101 Flotmblc Fill -CLSM FW'FF237501 Flowablc Fill -CLSM FWCC602001 4000 psi Concrete for Samn Drain Structures, Manholes, Headwalls, Retaining Walls, Valley Gaiters, Drite Approaches F WCC502021 3500 psi concrete for Sidewalk, Driveways, Ramps, Curb & Omer FWCC502001 3000 psi for Sidewalks, Driveways, Ramps, Curb & (inter, Flnwoik 4142 3600 psi Concrete for Curb Inters, Junction Boxes 4518 4000 psi Concrete far Headwalls, W ingwalls 5167 3600 psi Concrctc Mix for Machine Placed Paving 4609 4500 psi Concrctc Mix Por Hnnd Placed Paving Manholes 6103 4500 psi Concrctc Mix Por Hnnd Placed Paving Manholes 4502 3000 psi Concrctc Mix Por Sidewalks 3759 3000 psi Concrctc Mix for Sidewalks 1502 150 pai Concrctc fr Flowablc Fill-CLSM 1518 1511 Psi Concrctc ror Flowable Fill-CLSM 64 52 4111111 psi Concrctc fr Sronn Drain Stmcanx, 6595 5000 psi Concrctc Mix ror High Bady Strength Paving 65894500 psi Concrctc Mix ror High Emdy Strength Paving C13020AE 3000 psi Concrete for Drivewayv, Cad, & Gutter I I-350-FF 50-150 psi Concrele for Plowable Fill-CLSM CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STAND4Rq PRODIICTC LIST AS OF 05/16/2024 Cartel.. (Co, dnoed% 9/9/2022 033000 Min 1)es1/yt City Concrete Corttuany 30H425Tr 3000 Concrete for R' 1Rtr��y�' l 9/9/2022 9/9/2022 033000 033000 Miz Des Mix Des�jt City Concrete Comuany Ciy Concrete Comuany 30HA20Tr 3000 � Concrete Mix Rlockin� Sidewalk,�Flalwork Pads 45NG25R 3600 Concrete Mix for Drilled S�taOs/riah �Yc Signal Foundations 9/9/2022 033000 Miz nesrgn Cnv Concrete Comuany mg andT 50 G25R 3600 iSlunv Di��,,QQlaced Wooed Shan 9/9/2022 033000 Miz Design Cil\Concrete Comuany 4 A20R450 ikConcrete A- is for Hand Placed Paving 9/9/2022 033000 Mix nesign Cil\concrete Comueny 36f.A2011360({ ,Convmu,Mixfor Machine Placed Paving 9/9/2022 033000 Mix Design Cil\Concrete Comuany 36JA00IJ 3600 sii'onerele Miz for Machine Placed Paci^g 9/9/2022 033000 Mix Design Cill Concrete Comuany 40LA2011400�^�\Concrete Mix for Swan Drain Structures I I/162022 5/5/2023 033000 033000 Mix Design Mix Design City Concrete Cnmuanti Citi Concrete Clrmuany CING25R 3600�s�Loncrete for Drilled ShaNr.iyQ��tinyyand Traffic Sigt�?IFoundations CCNA250AG1600yConcrete for Dolled Shallsl,ighting and Yoffie Signal Foundations 5/5/2023 033000 Mix Design Cil Concrete C���dry� z CSS{�A250AG 3.6(Ni �j Concrete for SlujryDisulacement ShaRs.Underwater Shahs 9N2022 03 30 00 Miz Design Co\Town Redi M 250 3000 usi Canttete iz for Sidewalks lSri ew zs\ADA emus 9/92022 03 30 00 Miz Design Cow Town Redi Mi. 350 3000 p� i Concrete Miz for Sidewalkslhizew azs. ADA �amus 9/92022 0334 13 Mix Design Cow Town Redi Miz 970 Plowable Fill - CDSM 9/9/2022 03 34 13 Miz Design Cow Town Redi Miz 9-5-2 7�J�si Flowable Fill - CtSM 9/9/2022 03 34 13 Miz Design Cow Town Redi Miz 220-8 56 asi Concrete Miz for Flowable Fil I - CT.SM 9/9/2022 03 34 13 Mix Design Co. Town Redi Miz 320-8 50 pAt Concrete Miz rot Flowable Fill - CT.SM 9/9/2022 03 3000 Miz Deal. Cow Town Roth Miz 230-8 750 psi Concrete Aase Material for Trench Rfjv' 9/9/2022 03 3000 Miz Design Cow Town Redi Mix 330-SS 75U tuft Concrete Base Material for Trench fteuair 9/92022 9191022 03 30 00 033000 Miz Design Miz Design Cow Town Redi Mix Cow Town Redi Miz 3533000 ����i '..crew Mix for Sidewalks\4D4 muylhive-, Curb & Guaer\Sale,, ad Treatments. Non-TxDOT Retainin. Walls 253-W 30601Ji Concrere Mix Sidewalks`ADA1)rivewaysj orb&Guuer. Safety Find Treatments.Non-TxDOT Retaininq�alls 9/92022 03 3000 Mix Design Cow Town Redi Miz 260 4000 s Concrete Miz for Brid,t S14 Box j,1 I ens, Headwa Is 9/92022 03 30 00 His Desian Cow Town Redi Mix 260-1 3600 usi Concrete His for fit. wal�a 9/9,2022 03 30 00 Mix Destan Cow Town Redi Mix 260-2 3600,pi Cortttele Mix for Box Culverts, Headwalls 9/9,2022 9/9/2022 033000 03 30 00 Mix Design Mix Design Cow Town Redi hfis Cow Town Redi Miz 3604000 ,Concraehfixfor And fSlabs,Aox Culvens`Headwalls 360-I 3600 Concrete Mix for Rox 2;ulverts`Headwalls, 9/9/2022 033000 Mix Design Cow Town Redi Mix asi Wingwalls 264-N 4500 �(� Concrete Mix for Hand Placed Vavtna 9/9/2022 033000 Mix Des�jt Cow Town Redi Mix 3664500 p. f i;onttete Miz for Hand Placed Paving 9/9/2022 033000 Miz Dea r Cow Town Redi Mix 2654500 Concrete Miz for Hand Placed Paving 9/92022 03 30 00 Miz Des Cow Town Roth Mix 365 4504J�, Concrete Mi. for Hand Placed Paving .91022 9/9/2022 03 30 00 033000 Miz Design Mix De0an Cow Town Roth Miz Cow Town Roth Miz 370-NC 45U0 i Concretefor ITFS Paving 370-INC50tJ� for ITFS Paving 9/9/2022 033000 00 Mix Design Co, Town Roth Mix I�Concrete 371-NC S11O a nttete for ITFS Paving 9/92022 03 30 00 Mix Design Cow Town Roth Mix 267 4200 usi onC to Mix for Manholes and Dnn? p Structures 9N2022 03 30 00 Mix Design Cow Town Roth Mix 270 5000 psi Concrete Mix for Cast -in -Place Roz Col ens 9/92022 03 30 00 Mix Design Cow Town Redi Mix 370 5000 si Concrete Miz for Cast -in -Place Box Culverts 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 255-2 30f70 �Ii Concrete Miz for tnlet� Thrust AlockinR, Concrete F.^casanenl 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 257 3600np��i L`onttete mtz for Val z- iiuuers I I/142022 32 13 13 Miz Design Cow Town Redi Mix 357-M 3b00 Concrete hfix forachine Placid Paving 9/9/2022 33 13 13 Miz Design Cow Town Roth Miz 257-M 3600 nr� Concrete Mix for Machine Placid Paving 9/9/2022 34 13 13 Miz Design Cow Town Roth Mix 260-M 4000 or\ Concrete Mix for Machino Placid Paving 9/9/2022 35 13 13 Mix Destan Cow Town Redi Miz 360-M 4000g�lConcrete Mix fur Machine Placed Pavtns 9/9/2022 03 30 00 Miz Destan Co. Town Roth Mix 255-LP 3006 u� Concrete Mix fur Curb & Gutter 9/9/2022 03 300 Miz Design Co. Town Roth Miz 355-LP 3000JJ�It'Fie Mix for Curb & Gutter 9/9/2022 033000 Mix Design Cow Town Redi Mix 2553500 us'Concrete Miz for Flatw` tnlets. Thrust AlWkinR Concrete Encasement 9/9/2022 03 3000 Mix Design Cow Town Redi Mi. 3113110 J�/St Concrete Miz for Inlets. Thrus, Alockina. Concrete Encasement 9/92022 03 30 00 Mix Design Cow Town Redi Miz 365-STX4000 psi Concrete for Bridge slabs, too slabs ofdirect traffic culverts, aouroach slabs-TXDOT Class S No Fly Ash 9/M022 03 30 00 Mix Design Cow Town Redi Mi. 357 3600 pp/S Concrete Miz for Valleyy Guuers 5/12024 03 30 00 Mix Design Cow Town Redi Mi. 360-2DS l60 ,. Concrete Mtz fore .T Class C Drilled SI.0 6/21/2023 1/I8/2023 03 30 00 03 30 00 Mtz tan M. Design Cow Toxin Redi Mix Cow ToRedi Mix 360-DS 3607s,, Concrete for Drilled ShaM.tahlina and Traffic Signal Foundation 380-NC 450{{@@ Concrde for HRS Pavia 1/29/2024 34 13 13 niiz Design Aalrada Ready Mix 45754ASC / 7.Sb Sacks / 4 500 nsi (3/OO�asi� 3- aY1 Concrete for HP,S Pavia I/29/2024 033000 niiz Design Astrada Ready Mix R30504AWR/5.00 Sacks�3`000 usl Concrete for Side al�S lj s, filets, an�Manholes 1/29/2024 033000 Mtx Design Fsrada Read Mix R3655AFWR/5.50 Sacks/3600u�r C—nxr for Headwala ins Ils,and Culverts 1/29/2024 03 30 00 Nix Design Estrada Read�iz R4060AFWR / 6.00 Sacks / �000 Concrete for Rn(�� Slabs. To 51ab/5. and Auuroach Slabs 736tJff 2/62024 U29/2024 321313 321313 miz Des�jt Miz Design Fstmda Read�iz Fmnuda R=Wx TD3655AAWR/5.50 Sacks Mi Conerele for Machine Plac�av a R4560AFWW 6.00Sacks/4 00J�f�,Concrete for Hand Placal Pavin 2/21 /2024 03 30 00 Mix Design Fstmda Ready� R36575AFWR / 5.76 S�cks / 3 6(Ni dd�Concrete for T3nlled Sho a/T,;ina and TmlGc Sit Foundations 9/9/2022 033000 Mix Design GCH ConcreteJmices GCH40004000 for for Iksr 'p�� Headwalls. Tnlets, and Storm Drai^�truaures 9/9/2022 033000 Mix Design GCH ConcreteSmices `lConcrele ree GCHV54000J)}1,Lonttele for Machine Placed lravina 9/9/2022 033000 Mix nesian GCH Concrete Services GCH450045(fG nisi Concrete Hand Placed Paring 9/92022 033000 Mix Design i^aram Conner:&Agtte%IFs C47PVSFS 30000 nnFFi Concrete for Sidewalks�A ARamr� 9/9/2022 033000 Mix Design Ingram Concrete&Aggregas 2hfWR-70J23504'3000 iConcrete for Sidewalks}, ADA 1lt� 9/9/2022 033000 Mix Deal' Ingram Concrete&Aq^ega11,s 2MWR-147 WSD53dNia C—u, hfiz for Stdewalks\AISAFRans. 9/9/2022 03 30 00 Mix Deal' h gram Concrete & Aagrega nn((� II5 S �j 9 � JJ t L'onttete Machine Placed Paving ��W�q�Concrota 9/9/2022 033000 Mix Design Ingram Concrete &Aggregaps �AIWIL�6 ��1)A7 for Hand Placed Paving 9/9/2022 033000 Miz Design inaram Concrete&Aggreaa'ps 2KfWR-l0KWRS50N4500mi 2;oneretefor Hand Placid Paving 9/9/2022 03 3000 Miz Design i^gmro Concrele & AMe.les 161 PS5RM 4500 q Concrete for Hand Placed Paving 9/9/2022 033000 Mix Desimt Ingram Concrete & Aggregates C47PV5F5 3000 psi Concrete Mix for Sidewalks, ADS Ramos CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 05/16/2024 2,s—ete(Con rotted) 4/7/2023 033000 mix Design Ingram Concrete&Aggregates 10T.QS50T-3,600psi Coneretefor Dulled Shafts, i,jpJ+tingand Tmfic Signal Foundations 9/9/2022 033000 Mix Design 1nP{ am Concrete&Aggregates 161PS5FM 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design B Icim - SOR, Tnc, 5177 3000 Concrete Mix for Sidewalks 9/9/2022 03 30 00 Mi.x Desjpv Holcim - SOR, Tnc. 1261 300rgsi Concrete Miz for Sidewalks 9/9/2022 43000 Mix Des gn Holcim -SOB, Tnc. 2125 450das Concrete for HFS Pavin$ 9/9/2022 03 3000 Mix Des gn Holcim - SOB, Tnc. 1701 400Jpsi Concrete Mix for Storm train Structures, Sanitary Sewer Manholes, Junction Be, 1/9/2022 03 3000 Mix Des go Holcim - SOR, Tnc. 5409 4000 psi Concrete Mix for Sidewalks, Tnlels 9/9/2022 033000 Mix Des Holcim-SOR, Inc. 55074500 Rsi Concrete Mix for Hand Placed Paving 12/152022 3 30 00 Mix Des p Holcim - SOR, Inc. 3741 100 psr concrete for Towable f l ICST,M 9/9/2022 04 30 00 Mix Des p Holcim - SOR, Inc. 5017 200 psi Concrete for Rase Material for Trench Repair 9/92022 03 30 00 Mix Des gn Holcim -SOR, Tnc. 9600 3600 psi Concrete for Drill ShaTs/1.ightiog and'f`refic Sim@I Foundations 9/9/2022 03 30 00 Miz Des pn Holcim - SOR, Inc. 18514 500 psi Concrete for Storm Drain Structures, Hand Placed P 'qy 12/5/2022 43000 Miz Des pn Holcim-SOR,Inc. 18223600psi Concrewfor Drilled Shako.ightingand Traffic Signal Foundations 4/2/2024 33000 30 00 Mi. Des gn Holcim - SOR, Inc. 5940 3600,,ggsi Concrete for Machine Placement 9/9/2022 033000 Miz Des pn Holcim-SOR, inc. 18594000ppsi Concrete for Drilled Shafts4nhting and Traffic Signal Foundations 4/2/2024 0330 00 Miz Des pn Holcim-SOB, inc. 5940-I 4000gsi Concrete for Hand Placement 9/9/2022 03 Miz Des A' Holcim -SOR, tnc. ISS13000,,ppsi Concrete Mi. for Blocking 4/7/2023 03 30 00 Miz Des pn [.jpuid Stone C301 D 3,U60pp i Concrete for Sidewalks, Approaches, and Driveways. 4/27/2023 0330 00 Miz Des pn I pid Stone C36IDNFA 3,600 si Concrete for Retaining all, ddvewaY,)unction hox roach 4/7/2023 0330 00 Miz Des pn L�uid Slone C361 DHR 3,600yyss�i Concrete for Ihilled Shali/t.ighting and Tropic Signal Noundat�ions 1/24/2023 033000 Miz Des�s t,��ppid Stone C451 DHR-A 45( Concrete for HF.S Paviny 9/9/2022 03 30 00 Mix Design tvfanin Marietta R2132214 3,000 psi Concrete for Sidewalks &Ramps 9/9/2022 03 30 00 hiix Design Manin Marietta 00 si Concrete for Sidewalks & Ramps D9490SC 3,0001p, 9/9/2022 033000 3 30 00 Mix Design Manin Marietta R2131214 3,000 psi Concrete for Sidewalks & Ramps 9/9/2022 0330 00 Mix Desjto Manin Marietta R2131314 3,000 psi Concrete for Sidewalks & Ramps 9/9/2022 03 30 00 Mix Design Manin Man etta R2136014 3,000 psi Concrete for Sidewalks & Ramps 9/9/2022 0330 00 Mix Design Manin hfamna R2136214 3,000psi Concrete for Sidewalks & Ramps 9/9/2022 03 30 00 Nix Design Martin Marietta R2141224 4,0011 ( Concrete for Sidewalks & Ramps 9/9/2022 03 30 00 Miz Design Martin Marietta R2141024 4.00tg� Concrete for Sidewalks &Ramps 9/92022 03 30 00 Miz Design Martin Marietta R2136224 3.604 Concrete for Curb Tnlels 9/9/2022 033900 Mi. Design Martin Marietta R21412333.601J ��(ss' Concrete for Storm Structures, Inlets, Blocking&Fncasement 9/9/2022 033000 Mi. Design Martin Marietta FIAW25A 50, i.i oncrelel Flowable Fill/CT.Sht 9/9/2022 0330 Mix Design Marl Marietta R2142233 3,6d0 psi Concrete for Manholes, Tnlels &Headwalls 9N2022 033000 00 Mix Design in Manin Marietta R2146333 3,600 Ti Concrete for Manholes, Tnlels &Headwalls, Concrwe F.ncasanenl 9/92022 033000 Mix Des pn Manin Marietta R21412304,000}�si Concrete for Manholes,Tnlels&Headwalls, Valve Pads 9/92022 0330 do Mix Des pn Manin Marietta R21460354,000 psi Concrete for Manholes, Inlets& Headwalls, Valve Pads 9/92022 0330 00 Mix Des pn Manin Marietta %46335 4,500 si Concrete for Hand Placed Pm inggtnlets, Storm Drain Structures 11/22022 32 13 13 Mix Des gn Manin Marietta Q2141N274,000 psi Concrete for Machine Placed p0a� ng 1:122022 32 13 13 Mi. Des gn Manin Marietta Q2141 K30 4,000 psi Concrete for Machine Placed Varing I I/22022 32 13 13 Mi. Des gn Martin Marietta R2146N36 4,500 psi Concrete for Hand Placed Paring 11/152022 33 13 13 Miz Des go Martin Marietta R2146K3(i 4,500 psi Concrete for Hand Placed Paving 11/IS/2022 34 13 13 Miz Des gn Martin Marietta R2146P36 4,500psi Ccncrete 1or Hand Placed Paring 11/2/2022 32 13 13 Mi. Des gn MorrisMarietta R2I46K36 4,506 psi Concrete for Hand Placed Pavia 11112d22 321313 Miz Des pn Marin Marietta R2146N35/6.11 sacks/4,500 concrete for Hand lace Paving, tnlets, Manholes, Headwalls 11/2/2022 32 13 13 Miz Des pn Martin Marietta R2146K344,000yy$qConcrete (or tnletS, Manholes, Headwalls 11/20022 32 13 13 Mix Des $n Martin Marietta R2141N24 4,OOJpsi Concrete for Sidewalks and R�'�P I I/2/2022 32 13 13 Miz Desl�s Manin Marietta R2141 K244,000 psi Concrete for Junction Aoxes, Sidewalks and Ramps 9/92022 03 30 00 Miz Des(�s Manin Marietta R2146038 4,500 psi Concrete for Tnlels, Storm chain Swmures 9/92022 033000 Mix D-gn Martin Marietta R2146036 4,500 psi Concrete for Hand Placed Paving, Inlets 9/92022 033000 hiix Design Martin Marietta R21460424,500ysi Concretefor Hand Placed Paving 9/92022 033000 Mix Design Martin Marietta R21462424,500��i Concrete for Hand Placed Paving 9/92022 033000 hiix Design Manin Manetta R21462364,SOltpsi Concrete for Hand Placed Paving 9/92022 033000 hiix Design Manin Mani D9493SC 4,500ysi Concrete for Hand Placed Paving 9/9/2022 033000 hiix Design Martin Marietta R2:472414,500 iConcrete for Hand Placed Paving 4/ 1/2023 32 13 20 Mix Design Marlin Marietta R2136NI4 / 5.00 sacks / 3,000 psi concrete for Sidewalks 411 /2023 03 30 00 Mix Design Manin Marietta R2146P33 16.01 sacks 14,000 i concrete for Bridge Deck 411 /2023 033 00 Mix Design Martin Marietta R2146033 4,000.Fsi Concrete for Ripraq lks 4/7/2023 32 13 20 Mix Design Manin Marietta R2136KI43,000 psi concrete f sidew and ram0p 4/7/2023 32 13 13 Mix Design Manin Marietta R2161K706,000 qqi$j (3,000 pSj 1(/p) 21 his-1 for H S Vavmg 4/I /2023 03 30 00 Mix Design MartMarietta 310i,RP 3,600 i'l',oncrete for Itwammg Walls 522/2023 32 Miz Des ,anMarietta R2146K37/6.2sack/4,500 ppConcrete for Hand Placed Paving 4/1 /21123 033000 Mix Dcslgn Martin Marictm R21410304,000 psi Concrcr fr Ripmp CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STAND4R]? PRODIICTC LIST AS OF 05/16/2024 5/3/2023 03 30 00 Mi.x 15.r Marlin Marietta h47842344 4 000 D i Concrete for B ' Deck �00J�F 6/1/2023 6/1/2023 321320 321320 Mi. Dear Mi. Des Marlin Marietla Martin Marietta R2136R203 Conttele for Sidewalks and Ramps R2136N20 �11OOdJJ�lConcrete for Sidewalks andlj 6/27/2023 03 30 00 Mix Deslaan Martin Marietla I�5 U2146N41 / 6.44sacks i 3 00 Concrete for Dnlll Shells / T,�Cg and Tragic Signal Foundations 6272023 03 30 00 Mix Design Martin Marietta U2146K45 / 6.65 sacks / //60d p� Concrete for Dril led Shafts / Ut li�Q and Traffic Signal Foundations 8/4/2023 033000 Mix Design Marlin Marietla U2146R41 /6.44 necks/4500 Concrete for Drilled PiersT.i hl Polebases. 8/4/2023 03 3000 Mix Design Marlin Marietla R2136R74 / 5.00 sacks / 3�00 psi L'oncrete for Sidewalks and team 8/4/2023 8/42023 32 1320 03 3000 Mix Design Mix Design Martin Marietla Martin Marietla R2141R24 / 5.53 / 4 000 osi Cmcrele for Junction Box Aox C.Z',1dewalks and Ramps. R2146R35 / 6.11 / _500 osi Concrete for Inlet} ManhIs1 and Headwalls 8/42023 32 13 13 Mix Design Martin Marietta R2146R36/6.17/4,,500n� Cmn retefor Hand Placed'in.; 8/302023 03 30 00 Mix Design Martin Marietta R214IR30 / 5.85 SX' / 4 U00 i Concrete for Box Culverts &Headwalls 8/4/2023 1 I/202023 321313 03 30 00 Miz Design Miz Design Martin Marietta Martin Marietta U2141 R27/5.69 sacks�40� Concrete for Machine Placed Par in. It2146R33 / 6.01 Sacks / q/000 psi Concrete Miz for CIP Sewer Manholes 11/202023 033000 Miz Design Martin Marietta R2146K33/6.01 Sacks/4000 pr�j Concrete hiix for CTP Saner Manholes. 12/22/2023 32 13 13 Miz Design Martin Marietta R2I46R44 / 6.60 Sacks / �Ir�00 s Concrete Miz for Hand Placed Paving 12/22/2023 9/9/2022 32 32 13 20 Mi. Design Mix Design Marlin Marietta NCS Redi Mix R2146K44/6.60 Sacks/4_53Zs'lConcrete Mix for Hand Placed Paring VCS5020 A 3000 7isi Concrete Miz for Curb & Galt" Driveways, Sidewalks 9/9/2022 03 30 00 Miz Design NB Read Mix 14 TX C-W 3000 D9 Concrete Mix for Curb Inlets 9/9/2022 9/12/2023 03 30 00 03 30 00 Miz Design MixDesign VRR Readix VRR Readix TX C-NV 3000 Concrete Mix for Curb Tnlels CJS PI-W 16 Sacks/4000 Concrete for Collary. Manholes. Rox Culverts 10/42023 03 30 00 Miz Design NB Read�ix CTS A-W / 5.00 Sacks / 3 6 p�ntttte for Sidewalks & Ramps, and Curb & Goiter 10/42023 10/4/2023 03 30 00 32 13 13 h4ix Design h(ix Design VRR Readix NRR Read�ix CJS A -NY, 5.00 Sacks / 3t400J�pnttete for Sidewalks &)3,a''¶'S, and Curb &Goner TX C SF-YV / 5.50 Sacks 13 d60yConcrete for Machine lY(aced Vaving 10/4/2023 32 13 13 Mix Design NB Read\Mix TX C SF -NY 5.50 Sacks / 3 6�0psr i,oncrete for Machine Placed Paving �50(4 10/4/2023 10/4/2023 32 13 13 321313 Mix Design Mix Design N-RR Read Mi, N-RR Read�ix CI.S P2 / 6.50 Sacks / psi Concrete for Hand Placed Paving CI.SP2-NV/6.50Sacks/4�bO p�I Concne for Hand Placed Pavina I O/4/2023 4/15/2024 03 34 13 03 30 00 Mix Design Mix Desi�jl N-RR Read ix NRR Ready fix FTW FLOW FII,T, / 150 �j concrete for Flowable TX S-NY / 5.50 Sacks i 4U0 Concrete Miz for Class S Sleb Pevina - No Fly Ash 4/15/2024 033000 Miz Des NRR Ready Mix -Mix TXS-VY/4.50Sacks/40 Concrete Miz for Clax Slab Paving / L'oncrete 1.41023 32 13 20 Miz Des�rjl NRR Ready TX A -NY 470 Sacks / 3 for Sidewalks. Thrust, Curbs, C1P 4/ 152024 03 30 00 MixDesign NRR Ready T4ix F0020022 i 2.5 Sacks / I t�ql onttele for Flow Fill 7/102023 03 30 00 Miz Desing Osbum 30ASOh4R / 5 SK / 3/000J L'onttete f Sidewalks V 2023 32 13 13 Mix Design Osborn 45A60h4R / 6 SK / 4.50U.�rr i Conttele f Hand Placed Paving 1/242023 0330 0 Mix Design id Redi Mix RRM6320AHP 450��,si Concrete for Hand Placed Par in¢ 1/242023 1/182023 0330000 03 30 00 Mix Design Mix Design 1 Id Redi Mix 1 Id Redi Mix RRh45525A }600 oncrete for Valleti Gu0ers�, Sidewalks. Approaches, ADA Ramps RRh:-20ASS 41(01l msi Concrete for Stmm Dram Structures 1/182023 03 30 00 Mix Design 1 Id Redi Mix RRh45320A 3000 pal Concrete for Balking 1/18/2023 03300 Mix Design 1 Id Redi Miz RRh45020A 3000 zConcrete for Curb Guitar, Driveways. Sidewalk, Ramps atz Lonttete (i 9/9/2022 033000 0 Miz Design 1 -Mix DCA2FS54 3000 t�,si Mix for ip 9/9/2022 03 30 00 Miz Design Redi-Mix VOJI 11. 3000 /Concrete Mix for Curb&` Ginter 9/92022 033413 Mix Design Redi-Mix FOCI 0021215 si }Ion able Fill _ISM 9/9/2022 03 30 00 Miz Design Redi-Mix 1 OJI 1524 300��j Concrete Mix for Driveways. Sidewalks, ADA Ramps 9/9/2022 033000 Mi. Design Redi-Mix 10JI15043000�1lConcrete Mix fur Sidewalks 9/9/2022 03 30 00 Miz Design Redi-Mix I OJ,11504 / 6.0USacks / 4 000 psi Concrete Mix for Sidewalk§ Curb & Gutter, Sewer Manhole, Inlets. & Junction Boxes 9/9/2022 03 30 00 Mix Design Redi-Mix I UI,I 1524 / 6.00 Sacks / 4 Conttete Mix Manholes1Tnlels. Junction Auxes. Headwal Is 9/9/2022 03 30 00 Mix msian Redi-Mix I RJI 1524 3500J�i Concrete or Thrust Alocks. Valve Pads 9/292022 033000 Mix Msian Redi-Mix IOI21524400r.s Conttete Mix for Man holes 9/92022 03 3000 Mix Iksian Redi-Mix 15611524 4000n , Concrete Mix for Cast -in -Place Stumr Drain Strucures 9/92022 03 30 00 Mix Design Redi-Mix I Oi-I I SFA 36014psi Conttele Mix for Aridae subsuucwres 9/9/2022 9/9/2022 033000 033413 Mix Denim hiix Design Redi-Mix Redi-Mir 156115D4400Jrr� Add�c Slabs F35238VN 100n/S Flowable Fill-CISM 9/9/2022 033413 hiix Design Redi-Mir FOD738VM IOUr Flowable Fill -CISM 9/9/2022 033413 hiix Denim Redi-Mir 10J115543000J�i 2;onttete Mix for Rj�-Ra� 9/9/2022 033000 hiix Denim Redi-Miz POG138K9100Uu�Concrete Mi.x for french kel�Sir Rase Material 9/9/2022 9/9/2022 033000 033000 Mix Des Mi.x Des Redi-Mix Redi-Mix IOKI15243600J'2`,onerete h4ix for Fncasemrnl IONI1507450J 2600/�s'(d 24 hrs.)Concrete Mix for HFS Paving 9/9/2022 033000 Mix Deslm Redi-Mix IONI15045001 I360J m��2 daas�Concrete Mix for HFS Paving 9/9/2022 033000 Mix Denim Redi-Mix SOKI15243600y�oncrete Aix for �vl chine Placed Paving 9/9/2022 033000 Mix Desim Redi-h4ix IOM115D4450UP Concrete Mix for Hand Placed Paving, Storm Drain Slruolures 9/92022 033000 Miz Denim Redi-Mix I OMI 15244500 Dom` onomte Mix for Hand Placed ParinR 9/92022 033000 Mix Desim Redi-Mix IOMI15044500J.i'onerete Mixf Hand Placed Paring 9/92022 033000 Mix Desim Redi-Mix 141"4450dr Concrete Mix forHmd Placed Paving, Storm Drain Structures 11/22022 033000 Mix Desim Redi-h4ix 145P25P44500rsl Concrete forSmml Drain Structures Xi 12/5/2022 033000 Mix Desim Redi-h4ix IOKI15C43506 Thrust Alnks Valve Pads 12/5/2022 033000 Mix Denim Redi-Mix 156115C44000Asi L`mcrelefor ClP Storm Drain Structures 12/5/2022 033000 Mix Denim RMi-Mix IOLI ISC43606//�Concrete for h4mholg Tnlat,Junction Box Headnall 51 512023 03 30 00 Miz Desim Redi-Mix SOIA 15D5 36061� Concrete for Drilled Shafts/I.iahtiny and hra0ic Simal Foundations 5/15/2023 03 30 00 Mi. Desim Redi-Mix I OV 115D6 Slu7�/ 1)isplacemrnt ShaTj Underwater Drilled shafts 9/9/2022 9/9/2022 03 34 13 0334 13 Mi. Denim Mix Desim SRM Canttete SRM Canttele 30000 3 000 psi C0 r�te fur Siden elks and R �pyCurb & Gutter 40010 psi Cuncrele fur Headwalls Retamin Wall, Collars 9/9/2022 03 30 00 Mix Denim SRM Concrete -000 350231,600 psi Concrete for Machine Vlaced Paving 9/9/2022 033000 Mix Desim SRM Conerote 40068 3,600 psi Concrete for Machin Placod Paving CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 05/16/2024 toncrete(Con Inued) 9/9/2022 033000 Mix Design SRM Concrete 453004,500 Concrete for Hand Placed Paving 9/9/2022 03 30 00 Nix Design SRM Concrete 45000 4,SOJq$i Concrete for Hand Placed Paviq$ 9/9/2022 03 30 00 Mix Design SRM Concrete 40326 4,50U 13,00 (ay 3-dayys) ppssi Conttele for HFS Paviny 9/9/2022 033000 Mix Desip, SRM Concrete 310223,600g� Concretelorlunclion Rox,Relaining Walls 9191022 (D 30 00 Mix Des im SRM Concrete 30050 3,OOdg� Concrete for Sidewalks, Ramps, inlets, Junction Flexes, Thrust Rlocks, Curb and Gutter, Driveways, Harrier Ramp 2/ 10/2023 033000 Mix Des gn SRh4 Concrete 50310 5,00 psi Concrete for HFS Pavin I/13/2023 321313 Mix Des gn SRM Concrete 450234,500psi Concrete for Hand Plac�Paring 4/I/2024 033000 Mix Des qn SRM Concrete 906400ppsi Concrete for Flowable Fill 4/l /2024 03 30 00 Mix Des qn SRh4 Concrete 904 I5,(2i Concrete for CTSM Trench Repair 4/1 /2024 03 30 00 Mix Des gn SRM Concrete 910 150ppst Concrete for CTSM 4/I /2024 03 300 Mix Des gn SRh4 Concrete 45050 4500p si Concrete 5/5/2023 03 30 00 Miz Des pn SRM Concrete D1000085 53CR 4,000 psi Concrete for Rdri Aq@roach Slab, Deck Slab 9/9/2022 03 3000 Miz Des pn Tartanl Concrete F4660AHP 4500 ppsi Concrete Mix for Hand Placed Davir� 9/9/M22 033000 Miz Des pn Tartanl Concreto FW6020AHP4500qq Concrete Miz for Hand Placed Paxnr� 9/9/2022 03 30 00 Miz Des pn Tartanl Concrete TCFW60204HP 45U0'pp Concrete Mix for Hand Placed Pax tq� 9/9/2022 03 30 00 Miz Des pn Tartanl Concrete F W7520AMR 4500 (1000,p>ii (a�l3days)1�i Concrete HFS Paring 9/9/2022 03 30 00 Miz Des Ar Tarrant Concrete FW6120AMR 4500 3 pst ( 3days) ps HFS Paving 9/9/2022 033000 Miz Des gn Tamam Concrete FW5520AMP 3600 cs' Concrete m.Machine Placed Paving 9/9/2022 03 30 00 Miz Des Tamanl Concrete FW5320A 3000{� l,onttete Mix for Alockir)� 9/92022 033413 Mi. Des Tamanl Concrete FWFFI SOCLSM ib-I SO psi Flowable Fill-CTSM 9/92022 0334 13 Mi. Desl�r Taman, Concrete FWFF275 50-150 it Flowable Fill - CTSSM 9/92022 033000 Mix Desj�r Tartanl Concrete FW6020A24000JJ�� Concrete Mixfor Storm Drain Suuctures 10/10/2022 WIt)00 Mix 1111p Tarrant Concrete TCFN6025424000 psi Concretefor h4anholes 10/l012022 033000 Mix Desl/grt Taman, Concrete TCFW5020A 3000/Psi Concrete for Sidewalks 9/9/2022 03 30 00 Mix Desl/grt Taman, Concrete FW5025A 3000 psr Concrete Mix for Curb &Gutter, Driveways, Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Desl/grt Titan Ready Mix 3020 AF 302j Concrete for Sidewalks 2022 03 30 00 Mix Des�rt Tarrant Concrete CP5020A 30J((,,pp��* Concrete Mix for Curb and Gutter 9/1/2022 033000 Miz Desj�n Tartanl Concrete FW5525A236(16RR$$i Concrete Mix for Sidewalks,Drive Approaches, ADA Ramp 9/9/2022 9/9/2022 033000 Miz Des Miz Deep Titan Read Mix True Grit lu Mix TRC45204500 jConttete for Hand Placed Pavi>I 0250 230 Mix for Flatwork, Cu Gutter, Driveways, Sidewalks, ADA Ramps 03 30 00 3000 /Concrete .91022 03 30 00 Miz Desj1n True Grit Redi Mix 270 230 5000g si Concrete for Hand Placed Paving 9/9/2022 033000 Mi. Des-pr True Grit Redi Mix 0250.23013Uo?y ConcrethRx for Curb&Gutter, Driveways, Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Des � True Grit Redi Mix 0260.2302 4000 psi Concrete Mix for Machine Placed Paving 9/9/2022 03 30 00 Mix Des True Grit Redi Mix 0255.2301 3600 psi Concrete Mix for h4achine Placed Paving 9/92022 033000 Mix Desk True Grit Redi Mix 0260.2301460psi Concrete Miz for HandPlaced Pavi 9/9/2022 033000 Mix Desk True Grit Redi Mix 026523014:00 si Concrete Miz for Valle)) -Gutters, Hand Placed Paving I I/30/2023 32 Mix DesFn Wildcatter Redi-Mix 3620AT/6.00 Sacks/3,600psi Concrete hlix for Machine Placal Paving 11/202023 32 13 13 Mix Des ®t Wildcatter Redi-Mix 4520AT/6.50 Sacks /4,500 psi Concrete Mix for Hand Placed Ravine 11/202023 033000 Mi. Des ®r Wildcatter Redi-Mix 3020AT/5.00 Sacks/3,000 Concreteh Nim Sidewalks and totals 4/12024 03 30 00 Mi. Des gn Wildcatter RMi-Miz / 517 Sacks / 360 si Concrete Mix for Foundations/Svuctures 11/302023 033000 Mi. Des WildcatterRMi-Miz 4020Ai/6.00 Sacks/4, qs Concrete h4ix for Side, alks and Inlets 9/9/2022 03 30 00 Mix Design W'ixe Redi Mix 3678 3600 psi Concrete Mu }or Lighting anJ Trnfrc Signal Foundations al[Pavh-p 9/9/2022 32 16 Mix Design Austin Asphalt FT5D137965 PG64_2 Tyce D Fine Surface 9/9/2022 321216 Mix Design Austin Asghall DA5DI35965 PG64-22 TypeDFine Surface 9/9/2022 32 12 16 Mix Design Austin Asghall FT5R117965 PG64-22 Type R Fine Rau 9/9/2022 32 Nix Design Austin AsRhall FTIR139965 PG64-22 TYYQQeeR Fine Rau 9l9/2022 32 Mi. Design Austin Al all FT RI 17.2 PG64-22 Typek Fine Rau 5/I2024 321216 Miz Desj�n Reynolds Aq�halt 340-DGR PG64-22 Tyr Rase Course 9/9/2022 321216 Miz Dest�r Reynolds AjW1 1901DPG64-22Ty' 1)F"ne Surfaca 9/9/2022 321216 Miz Derr Reynolds A�ghalt 1112B PG64-22T 1�k Fina Aase .1022 321216 Mix Des t��i Reynolds A�ghell 1612A PG64-22'I�J� Fine Rase 11/20/2023 32 12 16 Mix Deli Reynolds Asphalt 2101DPG64-22'I'yp�1)Fine Surface 9/92022 321216 Miz Desr� Sunmount Paring 341DV6422 PGG4-22 Tv RFine Surface 11/26/2022 321216 Mix Dest� Sunmount Paring 340DV6422PG64-22'Irype )Finn Surface 12/5/2022 9/9/2022 331216 321216 Miz Desr� Miz Des Sunmount Paring Sunmoum Paring 3076RV6422 PGti2-22'I'yJ�R Fine Rau 341-RRAP6422F.RG P(r'64-22 TyneR Fine Rase 9/9/2022 321216 Miz Des TXRIT 37-2113056 PG64-22T RFine Rau 9/9/2022 32 12 16 Mi. Dez TXBlT 44-211305-17 PG64.22'I' k Fine Rau 9/9/2022 32 12 16 Mi. Des TXRTF 211305�1757) PG64-22' RFine Rau 9/9/2022 32 12 16 Mix Desr TXRTr 222475 1857 PGti4-22,1 a ),R.e Surface 9/9/2022 9/9/2022 321216 32 12 16 Mix Desj�n Mi. Desj�fn TXRTf TXRTr 29-222 75-I PG64-22 TypeDFine Surface 1-222475-20 PG64-22 TFyCe D Fine Surface 9/92022 32 12 16 Mi. Desl�r TXRTf 64-224125-18 PG70-22'I'�y D Fine Surface 9/92022 12 16 Mix Des�t TXFdT e 12-222475-19 PG64-22 Tjpe D Fine Surface 32 4521216 4/l/2024 Mix Desrgn tXBIT 344 MAC-SP-D70-22XR SAC .A-R Type D Fine Surface Detecroble Warn, y Surface 9/9/2022 321320 DWS-Pavers Pine Hall Arick//Winston Salem,NC) Taailc Pavers 9/9/2022 32 13 20 DWS -Pavers Weslem Rrick i;o. (Houston, TX) Delectable Waming Pavers 9/9/2022 321320 DWS - Composite Fnsineered Plastics, Inc. (Williamsville, Armor Tile 9/9/2022 321320 DWS-Composite ADA SM uuns((Wilmington, MA)) Heritage Arick ClP Composite Paver 4/7/2023 321320 DWS-Pavers ADA Sclarions lWilmingmn, MA) Delectable Warring Pavers CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDAI q PROgUCTS LIST AS OF 05/16/2024 Slticone Joint Sealant 9/9/2022 32 13 73 Joint Sealant Dnw 890SI. -Cold 4u1�I�'p m IIe C—mmmn l Silicone Joint Sealant ASTM D5193 9/9/2022 32 13 73 Joinl Sealam 1T11 c 90057. -Cold Aunties[, Si3 Comlwnrn� Silicone Joint Sealam ASTM D5893 9/9/2122 321313 Joint Sealant Pecora 300S7.-Cold Acolie�Si I Co^y�jpen Silicone Joint Sealant ASTIAD5893 9/9/21122 321373 'mint Scalmrt Craf RoadSavcr Silicone-f\.oldppliccl, Sinkc Comtwnad, Silicone Joint Sealant A57M D5893 UtU Trench Fenbedment Sand 9/9/2022 33 10 Embedment Sand Sil ver Creek Materials Uli liSmbedment Sand ASTM C33 9/9/2022 05 10 Sand Materials Sand ASTIA C33 9/9/2022 I33 33 05 10 IF.mbedment Embedment Sand ICrouch F and T. Dirt Movers (Utility}mbedmenl Ulililylrmbedment Sand ASTM C33 9/92022 330510 Embedment Sand IF and T. pin Movers Utihtu F.mbedmem Sand ASTM C33 9/9/2022 33 U5 10 Bmbedmeal Sand Tin Top Martin Marietta Utility Embedment Sand ASTM C33 Storm Sewer - Man" & Rases/Frames & Covers/Standard ound) 33-O5-13 9/28/2018 330513 Manhk Frames mat Cevas AavCml�C vi (reel Ca --LTD) MHRC#220605(Size-**24"Dia.) ASTM A48 AASHTO Wull 9/28/2018 330513 Manhole Co— Neenah Noundry NF-1274-T91 Sire-32"Dia.` ASTM A48 AASHTO h7306 9/28/2018 330513 9/282018 330513 Manhole Frames and Covers Manhole Franca Neenah Foundry Neenah Found' NF-1743-4.M Hir�edDia.) NF-1930-30 ASTM A48 AASNTO h7306 ASTM A48 AASNTO M306 118/2018 110511 Manhole Frames and Covers Meenah Foundry Sire-32.25"Die.) R-1743- (Sire-32"Pia.) ASTM A48 AASHTO h4306 4/32019 330513 Man hole Frames and Covers SIP Tnduslries++ 2279STJSiie-24"Dia. ASTM A48 AASHTO M306 4/32019 330513 Manhole Frames and Covers SIPTnduslu. 228051 rre-32"Dia.t ASTM A48 AASF1TOM306 111/8/202U 3305 13 Manhole Francs and Covers FJ ( Formally Cart Jordan ben Wor*s) CJ1033 Z2/A/Siu - 32.E-15" Dia.) ASA536 AASHTO M306 ••Nate: AOnew derelapmen(and new inam0adon manhole Oda aha♦rarer the minimum 3&ideh apening requlnmenrm apenfied in Go, Speifima'on 33 05 11 AnyaawUergce hgM:es nil(onty beallowedfor a irrg manhole, than require rrp/arememframes andro Storm Sewer - Inlet & Structures 33-05-13 l U/8/2020 334920 Curb lnlcts Fortorrm FRT-I Oa3-405-PRFCAST**(Si.-IO'X 3) ASTM C913 ,012020334920 Curb hilete Fortena FRT-lOx3A06-PRECAST** Siu-10'X3) ASTM C913 10/8/2020 3349211 Curb Ill be Fortcma FRT-11hc4.54117-PRECAST"* Siu-10'X 4.5) ASTM C913 10/8/2020 3349211 CWrb tilers Fortcma FRT-llh[4.54211-PRECAST"* Siu-10'X4.51 ASTM C913 lU/8/2U2U 33392U Mmrholc Fortcma FRT4X44U9-PRECAST-TU fSizc-4'X41 ASTM C913 10/8/2020 33392U Manhole Fortcma FRT4X44U9-PRECAST-BASE Sizc-4'X 4) ASTM C913 10/8/2020 33392U Mmrholc Fortcma FRT-5X5410-PRECAST-TOP Sru-5'X5) ASTM C913 l U/8/2020 333920 Manhole Fortcma FRT-5X5-010-PRECAST-BAS�CJSize-5'X 5) ASTM C913 1 U/8/2U2U 33392U Manhole Fortcma FRT1X64ll-PRECAST-TOPfSizc-6'X61 ASTM C913 l U/812020 333920 Merino Fortcma FRT-6X6411-PRECAST-BASEC izc-6'X61 AS C913 3/19/2021 334920 Curb IOL Thanmwn P��'fp�cc(;rona TPG-1UX3_4-PRCCASTINLE^I'** Sizc-lU'X31 AS 615 3/19/2021 334920 Curb lnlcc. Thomnwn V' Group TP(;-15X34U5-PRECAST INLET** Sizc-15'X31 ASTM 615 3/19/2021 334920 Clubinlccr Thomnwn Vy'cGroup TPG-2UX3405-PRECAST INLET** Sizc-20'X71 AS 615 3/19/2U2, 333920 Manhole Thomnwn Y-Lroup TPG4X4409-PRECAST TOPfSim-4.X 41 AS 615 3/19/2021 33 39 20 Manhole ThompsonY troop goon TPG-0X4-0U9-PRECAST BAS/E�Siu-4'X41 AS 675 3/19/2021 333920 Manhole Thomnwn TPG4X4412-PRECAST4-FT RISERISiu-4'X41 AS 615 3/19/2021 333920 Manhole Thomnwn l/iJrcllroup TPG-5X5-0If1-PJ{�j; J"j(1�f*S'jzc-51X51 ASTM 615 3/19/2021 33 39 20 Manhole Thomnwn 1/5�C1 roue TPG-5X54 (O-Ilk�/(e�Sal' Ij S/['�Siu - 5' X 51 ASTM 615 3/19/2021 33 39 20 Manhole Thomnwn l/5'K ;mun TPG-5X5412-PRECAST S-FT RISER/Siu - 5' X 51 ASTM 615 3/19/2021 33 39 20 Manhole Tho rnee, 1/5 Umup TPG-6 641 l-PRECAST TOP (Sac-b' X 61 ASTM 615 3/19/2021 33 39 20 Manhole Thomnwn l/5'�Cliroun TPU-bX6411-PRECAST BASE Siu-6'X61 ASTM 615 NIM021 33 39 20 Manhole Thomnwn l/y— ;.un TPU_6Xb-012-PRECAST 6{T t�SER /Siu - 6' X 61 ASTM 615 3/19/021 333920 Manhole Thomnwn l`yy'u+� ump TPG-7X7-011-PRECAST TOP (Siu-FT( 71 ASTM 615 3/19/2021 33 39 20 Manhole Thomlv.:on �ipc Group TPG-7X7-4 _PRECAST BASE (Si. - 7' X 7) ASTM 615 3/19/2021 333920 Manhole Thomnwn Pipe Oroup TPG-7X7412-PRECAST 4-FT RISER (Siu-7'X 7) ASTM 615 3/19/2021 333920 Manhole Thompson Py0�(iroup TPG-SX841 I -PRECAST TOP (Sizc-8'X 81 ASTM 615 3A9/2021 33 39 2U Mmrholc Thomtrwn Y�yySs��c (�o�n TP(i 8 -4 -PRECAST BASE - 8' X 8) ASTM 615 3119/2U21 33392U Mmrholc Thomnwn0 (hvup TP(i-%X8412-PRECASTS-FT WSER(Siu-8'X 8) ASTM 615 3/19/2021 33492U Drol�brlct Thompon l/5' (hvup TP(i4X4408-PRCCASTWLLTfSizc-4'X4) ASTM 615 3/19/2021 33492U Dm2lct Thomnwn0 (hvup TP(i-SX54U8-PRECAST INLLI/fSizc-5'X5) ASTM 615 3/19/2U21 33492U Droglnld Thomlt��.}}uon �ilic Group TP(ifiX64U8-PRECAST INLC7/fSizc-6'X6) ASTM 615 8/28/2023 33491U Mmrholc OIJca�ilc Precast 4'x 4'Stackal Manhole (Siu-4'X4) ASTM C478 8/28/2023 33491U Mmrholc Oldcartle Precast 5'x8'ShmrJmactioa Box(Sizc-5'X8) ASTM C'478 8/28/2023 33491U Mmrholc Oldca.dc Precast 4'x 4'SramrJmaction Box Sizc-4'X4) ASTM C'47% 8/28/2023 334910 Manhole Oldca.dc Prccai15, x 5' Stmm Junction Box Srzc-5'X 51 ASTM C'478 8/28/2023 334910 Manhole Oldcartic Precast 6'x 6'Stmm Junction Box Srzc-6'X6) ASTM C'478 8/28/2023 334910 Manhole Oldca, c Precast 8'x8'Stmm Junction Box .c (/1Sizc-8'X81 ASTM C'478 8/28/2023 334910 Manhole Oldcastic Prccast5'x8' Stmm Junction Box Ba.c (Sizc-5'X81 ASTM C478 8/28/2023 3349 10 Mmdmlc Rinker Materials Rcinforcal 48" Diancicr Sprcud Fuotmk Manhole (Sizc-4'X4) ASTM C433 8/28/2023 3339 20 Cmb Inlct 10 k 3' Riwr Thomnwn VS;u mp Nla Riwr (Sizc - 3 FT) AS C913-16 8/28/2023 3339 20 Curb Inlet 15 k 3' Riscr Thomnwn Y� l;m _a Riwr (Sizc - 3 FT) AS C913-I6 8/28/2023 33392U Curb Inlet 20'x 3'Riscr Thom��a��� 1/incli tj Inla Riscr(Sizc-3 FT) ASTM C913-I6 1/12/2024 33 49 2U Dron Iola AmcrPlbx Pinc &PruJucfs Dro�Initc (4'X41 ASTM C913 1/12,2024 3349 20 Drop toter Acre iZ Pinc&Products Drop lnitc (5'X 5) ASTM C913 1/19/2024 3349 20 Man wlc AmcriTcx Pip, &Products Prcca t 4k Sronn Junction Box AS C913 1/19/2024 3349 20 Manhole AmeriTex Pipe &Products Precast 5'x5' Slone Junction Box ASTM C913 1/19/2024 334 2U Mmrholc AnreZ Pipe &Praluct. 5' Precast Tmrsition MH (4' MH on the top of5' JB) ASTM C913 1/19/2024 3349211 Mmrholc A—Tcx Pipe&Prmlucta Plecret 6'x6'Stmm Junction Box ASTM C913 1/1W2024 3349211 Mmrholc AmcriTcx Pipe&Pmducta 6'Pmcast Tmrsition MH(4' MH on the ran of6'JB) ASTM C913 1 /19/2024 3349 20 Manhole AnrcliT- Pi nc &Product Precast 8'x8' Stone Junction Box ASTM C913 1/W2024 334920 I 334920 20 Mmrholc Madrole AmcriTex Pi &Pralucb Pin N.J. %'Prrsurt Tmrsition MH(\4' MH on me ra f8'JB) ASTM C913 ASTM /192024 AmeriTex a Tyoc C Srann Drain Mmthole on Box (4' MH on dnc rnq f R('.B1 *•Nate: ne-�tlnle. are grpoeed far Ne stage Jrevan ofNe.mvemn aam) only. Stage JJ paro'an oftl e.wve/un on lepiredro ar eaulaplaee Aa exrepn'ortv ro driv regvlvenrentahal( he allowed. c'9I3 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 05/16/2024 litorm Setrer -pipes & Roses 33-05-13 4/9/2021 3341 13 S.— Drain pipes Ad—d Drairg Systcrm, Inc. (ADS) ADS HP Storm Polwmovlenc (PP) Pine (Size - 12" - 60") 8/28/2023 334910 Storm Dmin Pipes Rinker Materials Reinforced Concrete Pi Ton6�f end Groove Joint Pipe (Siiz-21"or larger) 8/28/2023 334910 Culver Rox Rinker Materials Rein forced Concrete Rox 2'ulverl(Sn-Various) 10/12/2021 33 41 10 Storm Dmin Pipes AmeriTex Pipe &Products Reinforced Concrete Pi Ton�f and Groove Joint Pipe" (Si. - 15" or larger) 10/12,202, 344110 Culvert Rox AnwiTex Pipps�&Products Rein forced Concrete Rox i'ulveri(sire-Various)) I0118/2023 3541 10 Storm Din Pipes The Turner Co. Reinforced Concrete Pipe Tongue and Groove Joint Pipe° (Sine - 15" or larger) 1()/18/2()23 364110 Ctivcn Rox The Turner Co. Reinforced Concrete Rox Culvert(A,.-Various) ASTM F2881 & AASHTO M330 AST4 C76, C655 AST4 C789, C850 ASTM C76, C506 ASTM C1433,C1577 ASTM C76, C506 ASTMC1433,C1577