Loading...
HomeMy WebLinkAboutContract 62086-PM1FoRTWORTH, '4�� PROJECT MANUAL FOR THE CONSTRUCTION OF RIVERCREST ADDITION LOTS 19 2, 3, 4, BLOCK 10 IPRC Record No. 24-0045 City Project No. 105493 FID No.30114-0200431-105393-EO7685 File No. W-3044 X File No. X-28124 CSC No. 62086-PM1 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 SEPTEMBER 2024 BARRON STARK ENGINEERS, LP 6221 SOUTHWEST BOULEVARD, SUITE 100 FORT WORTH, TEXAS 76132 817-231-8100 TBPE FIRM NO. F-10998 Barron Stark Engineers �1i OF Tf CHARLES F: STARK•, C OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 8 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised nno i�3 invitation to Bidders 03/20/2020 nno�3 rrntrd&;^^s to Bidders 03/20/2020 00 41 00 Bid Fefm 04/02/2014 00 42 43 Proposal Form Unit Price 05/22/2019 0043 13 Bid Ben 04/02/2014 nno n�T Bidders Pr-egttalif;,.4 n's 04/02/2014 0045 12 Prequalification Statement 09/01/2015 nno n�3 Bidder n,o,,, i:� .; .r .`� i�y. 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 0045 40 „ finer-:t„ B„si es Bftte,-.rise Goa 08/21/2018 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 00 72 00 Gener-al Conditions 11/15/2017 007300 Supplementary Conditions 07/01/2011 0073 10 Standard City Conditions of the Construction Contract for Developer 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 3120 Project Meetings 07/01/2011 01 3233 Preconstruction Video 08/30/2013 01 3300 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 4523 Testing and Inspection Services 03/20/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 0157 13 Storm Water Pollution Prevention Plan 07/01/2011 01 6000 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 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105493 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents NONE Division 02 - Existing Conditions 0241 3 Selo, &ye Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 - Concrete 033000 Cast i Dl.,ee Co e,.ete 03 311 13 Cent-olle,l Tow Strergtt, r ate-ia (C crag 0 Zoo !`.,n e -ete Base T Ra* -ia for- T,-one D op ai - 03 90-00 Med f;e..tions to E.Eis ng /'',,nefete St,-„etufes Division 26 - Electrical 260500 C.,mme,. WeEk Results for- Qeet,-;e.,l 26 05 33 R eew ays .,a.1 Boxes for- Elootrioal Jysteffis 26 05--43 TT,-..le,-..,-e,,n.1 Duets .,n.1 R eew ays f Rleet,-;e.,l Systems Division 31 - Earthwork 31�10 00 Site 7C 3123 16 31�3 Beffew 21�0 E\':nba7.'x1a.`ent6 31 25 00 Erosion and Sediment Control 31�0 Gabions 313700 Division 32 - Exterior Improvements 3201 17 ne...... ent Asphalt It n e, 27�QQ a -Paving air- Tempe,-afy Repair.- '10; lilt I',r. 32 01 29 Concrete Paving Repair 32 11232 Flexible Base !-'..ufses 32 1129 27�3 Lime Treated Base Courses Ce....ert T-ea4e.l Ce,, 32 1137 �01 Base Liquid Tre.,te.7 C Q .t 1.tbF11C-af 32 12 16 2')�3 Asphalt Paving Asphalt t Paving C -.,ek Seah% is 32 13 27�0 Co ete D., `,.1 (''one,-ete Si e.. ffiz, Dr" -J'... ays and 1?af-;e,- F -e3 rf,-. 2�1 4 116 Brvk TJnt llkv;ing 32 16 13 Concrete Curb and Gutters and Valley Gutters 27�3 P-M-0mont Mar -kings 32 �5 Gufb Add Date Modified CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105493 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 2')�7 273z13 27� 27�3 '27�3 Wee,l T epees and !`_.,tes Cast i Dlaee Cone-ete Retaining Walls Topsoil Dlaeeme,.t and Finishing of Pa-L,,,., s 14-y -o N ful ,L ing Seeding, n Sodding e � Trees and Si ia& Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 22�o 33 04 33 04 B ,paoj Putrir/mg E) f Existing Sewer- Systems E)ipt Bending and Eleet,-;e.,l Tsel.,t;e,-, Ceffesio Gent«el Test Stations 33 04 12 33 04 30 22�0 Magnesium nne,le G tt,edie n.eteetien System. Temope,-afy 1xl.,te,- Sen4ees 4 ..FTx7.,te,-TR.,;,-,., C�oanir - �n,1 o To3tir 33-04-50 3305 10 Cle.,n;,., of Sewe,- Mains Utility Trench Excavation, Embedment, and Backfill 3305 1 2 ZZ�3 33 n�0 ViMor T �mT �.,awering Frame, Cover- a -ad Gfade Rings Cast ken Frame, Cover- Grade Rings —Composite 3305 14 3305 17 Adjusting Manholes, inlets, Valve BeFres, a -ad Othef Stmet"fes to Grade Concrete Collars 33 05 20 330521 21 330522 22 or-ing 1 T�%i01 T/sir.1%ta Steel Casing Npe 330523 23 22�4 22� 2'2�o LT.,n.1 T,,.,.,eli*g lasta la4io ..F!`.,fF e,- Pipe i !`.,sing o: Tunnsol Tlri e Utility Tlarkefs,' ee.,te,-s T ae.,tio of &fisting U4i ties 33 1105 33 11 10 33 11 11 Be1ts Nuts, and Gaskets D etile ke,-. Ripe Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 11 13 Gone,.ete Press o Piro, Bar Wffiplpe,l, Steel Cylinder- Type 1 1 1 r u,,, l e creel Pipe and > ;tt;n .s 33 11 15 Pre St,.esse,l C nerete Cylin e,. Pipe 33 12 10 22� Water Services 1-inch to 2-inch T xx 33 1220 ., e a4ef Metefs Resilient Seated Gate Valve P_ 12 2%1 AWW-A Rubber- Seated BtMe-flyV.,l„es 33 1225 Connection to Existing Water Mains 33 1230 om!x.nafion i- Valve Assemblies for- Potable Txi.,te,- S„stem., 33 1240 Fire Hydrants 33 1250 33 12 60 Water Sample Stations St.,.,daf:.1 Blow off Valve A ssefnbl, CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 105493 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 33 ] !2 Qdfed in Pl�e P) ?% 3 1 1 3 Fiber -glass D ein f me,1 Pipe for- r-ayit., F anitarj' s 2,3 3 �). 15 High Density Polyethylene (IIDPJ Pipe for- Sanitary Sewe« 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe , 2 33 3121 &anitar, er r Pipe 22�3 C'an tafy 3331 50 Sewer Pipe Enlargement Sanitary Sewer Service Connections and Service Line 333170 Gontb�nakaa Air- Valve for- Sa-mitar-y Sewef Fer-ee Mains, Dl.,ee r,.ne-ete 3339 10 33 39 20 Cast i Manholes Precast Concrete Manholes 33 3930 3'ttic-oglaij Manholes 33 3940 Wastewa4e, A eee. �.. mbc ' W 33 39 60 ZZ�O Epoxy Liners for Sanitary Sewer Structures neinf ,.ee,1 r St,,,.m Sewef:12ipe C lyet4s ,-� � 1 11 ne,.ete f: c�omn Dn HighPolyethylene Polothylene (17T PE) Pipe f mi ✓- 11 12 Dein f ,-ee.7 Polyet lene (SRP J) Pipe 33 4601 33 46 02 22�0 Slotted Stor in, r idmz T,-e..e1. Drain Dl.,ee T,,,,.etio 22� 33 4940 Cast i Manholes and Boxes Cu--6.and Drop inlets Storm. Dmin ca\g 14e.,,7w ally .-ad W;....w all Division 34 - Transportation 3 ^ ^�01 34 ^�02 Attaehment AGe}troller--ewe Attaehment B Cent afar Sfwaifiea4ien A t speei e. er ��t-ae�lmel}�ert���� �� n 34 41 10.03 2/1 11 13 Removing T -affie Signals ?/I 11 !,5 PceetaliguLa -lW:d Flzhing >i 34 4 16 RedoMy.�am lklybr-id Signal 34 41 20 bl;es Readwy Illuminaftan Assemblies 3n n�OT Arto ial LT--D Aaadwa3' miras 34 ^�02 Reew UED Roadway Daimimiras 34 n�no3 Re4deft`1f.1 1 LED Raad-w ,7 J,mll%KI1Ya;r 34� 4130 Alu.mmul,F F�zgff s 3471 13 Traffic Control CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 105493 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httn:Hfortworthtexas.Lyov/tnw/contractors/ or httus:Haugs.fortworthtexas.2ov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 02 11 13 S^1eetive Site De ^"''^~ 12/20/2012 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 15 Paving Removal 02/02/2016 Division 03 - Concrete 033000 Ga&t In Place Genefete 12/20/2012 03 211 13 Controlled row Strength Nlater-ia (Cr crag 12/20/2012 03 34 16 C ner-ete Base r mer-ia for- Tr-ef t, ReP ;. 12/20/2012 039000 M a;f;emiar& !o Eiroting C ne-ete ct.-uet-es 12/20/2012 Division 26 - Electrical q 05-00 Commen Wa fk Results for- Eleet,4eal 11/22/2013 26 05 10 Demolition f QeetFiea Systems 12/20/2012 26 05 33 Raee. ays era Boxes f r Eleetfieal Systems 12/20/2012 2605 43 U-ndergr-ettad Ducto and Raceways f r Eleetfiea Syste 07/01/2011 260550 GommEmieations Mulft Duo:Gonduit 02/26/2016 Division 31- Earthwork 3110 00 Site Clearing 12/20/2012 31�o Um.-)1.3zifioa Exea^ afi 01/28/2013 31�3 Beffe 01/28/2013 21�124 00 Fesn anun. its 01/28/2013 31 25 00 Erosion and Sediment Control 12/20/2012 313600 Gabiens 12/20/2012 21�0 Ripr-ap 12/20/2012 Division 32 - Exterior Improvements 3201 17 D^fm^M^n+ Asphalt Paving Ropair 12/20/2012 �r1�-2 01 18 Tcmnr xr.T, �A alt .1lzring #epair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 27�3• Flexible Base Courses 12/20/2012 32 1129 Lime Treated Base Courses 12/20/2012 33 11 3- Cement Treated Base Genf^^" 12/20/2012 27�T Liquid ,i T-fe4e roil 9t ✓lizaaf 08/21/2015 32 12 16 Asphalt Paving 12/20/2012 Z7�3 Asphalt alt Paving Cr^--4 Ezalaws 12/20/2012 313 13 13 C „erote Paving 12/20/2012 '27�o Goner^to Side. )c�1z, Dpi-.^e ays and Barrier- r^o ll.mV 06/05/2018 12/20/2012 CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105493 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 32' ^ 'To col Unit I�vrr�g 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 2')�3 Pavement TR.,,-L;ags 11/22/2013 2')�5 C,, -b Address Painting 11/04/2013 3231 3 Onn Fe ^r'' r ^� 12/20/2012 2''�0 Wire Fenees and Ga4es 12/20/2012 27�9 WeedFenees and C_mes 12/20/2012 27�3 �f in Plkize C re-ete Retaining W.,06/05/2018 3'�9 Topsoil Placement and Fi':iG41Icg$f llzl--;�,,z s 12/20/2012 '27�3 14yd.,. NIttl .1 ing Seeding, and S,.,1ding 12/20/2012 3293 43 wand S'hyLn0 12/20/2012 Division 33 - Utilities 330130 Sewer and Manhole Testing 12/20/2012 330131 Closed Circuit Television (CCTV) Inspection 03/03/2016 33 03 10 %'PW.-Z Ilk-ll"a " .,F1rXiSfifig SoWe f SyStefflS 12/20/2012 22�no joint u,.rding and Eleetrieal isel.,tie 12/20/2012 33 04 11 C,.,-fesio Ge t el Test Stations 12/20/2012 22�2 Magnesium Anode Gatti die Protee fie,. Systo,.... 12/20/2012 22�0 To,v.pe -a fy Water- So,..,;e 07/01/2011 33 04 40 Cleaning and A, eept. aee Testing of Water- Mains 02/06/2013 3 2�0 Cleaning of Sewer- >\ Minis 12/20/2012 3305 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 3305 12 watDr Lt.fw ; ring 12/20/2012 3305 13 name; giverand Gr-a e Rings Cast 01/22/2016 3305 13.10 F -afne, Cover a-n Or -ado Rings Composite 01/22/2016 Adjurta g' anheles, inlets, Valve a l i is e�exc�� -anit�ert=a �ctufes t-�e 3305 14 de �Ct^'�„efete 12/20/2012 ZZ�6v Water- Vaults 12/20/2012 3305 17 Concrete Collars 12/20/2012 22�0 Auger- Ber-ing 12/20/2012 33-0521 T,,mel Liner- e. Plate 12/20/2012 22�i Stool Casin . Npe 12/20/2012 330523 4and Turx&OKmg 12/20/2012 ZZ�4 installation „FCa1"7jiaI Pi Casing E) - Tunnel Liner- Plate- 06/19/2013 Z Zoo Utility M -kef:s /T oe to f 12/20/2012 22� Location do „4 Existing Utilities 12/20/2012 33 1105 Belts, "�dGaskets- 12/20/2012 ZZ�v Ptietile T,o Pipes 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 3 Gonerete r-esstffe Pipe Baf Wrapped, Steel Cylinder- T-Me 12/20/2012 P 11 1 r Btir-ied Stool Pipe a -a Fit ings 12/20/2012 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 2Z�T T a--ge Wa4er- Meter-s 12/20/2012 33 1220 Resilient Seated Gate Valve 12/20/2012 P 12 21 A WW A Rubber- Sea4ed BiAte -Fly V l.y 12/20/2012 33 1225 Connection to Existing Water Mains 02/06/2013 33 12 30 CC/ aY'�i_WWie . Air- - Valve Assemblies for- Potable Wa4e - Systems 12/20/2012 CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105493 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 33 1240 Fire Hydrants 01/03/2014 33 1250 Water Sample Stations 12/20/2012 2Z�o Standard Blow off Valve Assembly 06/19/2013 2Z�z Gufe3 in Maoe P) 12/20/2012 3- 3,11 13 Fiber -glass v ein f fee,l Pipe f f r_, a -vita &anitary-Sewers 12/20/2012 33 2, !,5 High Density Polyethylene (LDDE) Direr for- Sanitary Sewer 12/20/2012 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 '� U l.n,;ay Chloride (PVC) Closedn- file GFayi Eani�. ' f ?? ?� Pipe 12/20/2012 332,122 Sanitafy Sm,,arJSz* lhniN 12/20/2012 P- 3123 Sanitary Sewer- Pipe Ef laf:ge. eat 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 22�o Eanha.-y cewe > ,,,-,.o >\a n 12/20/2012 33-39 10 Cast :n nlaee Cone.ete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33T3 39 30 Fltccgla� MapAieles 12/20/2012 22�0 Waste., a*f: A eees^ (`1..,mef: (NV n C4 12/20/2012 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 22�o Rein f reed Genefete Stef.v. Sewer- Pipe/! „lyei4^ 07/01/2011 33 11 1 1 High Density Polyethylene (LDDE) Pir tor. Dm�n 12/20/2012 3- 11 12 Reinf -ee,l n 1.,o+i. efi, (9nE) LiTS 11/13/2015 33 4600 Subdrainagee 12/20/2012 33 4601 Slatted &term Drains 07/01/2011 3�-46 02 ��:ok amim; 07/01/2011 3�-4910 Cmt 1m Mao@' a-ah.les and r„metion Boxes 12/20/2012 ZZ�O Curb ^, l Drop inlets 12/20/2012 33 4940 Storm Dmi nage 14ead awls and W;r,.w ll^ 07/01/2011 Division 34 - Transportation 34 4 10 Traffic E�giga 10/12/2015 3n n�nolr Affaehmen+t Coptreller- Cabinet 12/18/2015 3n n�0i 02/2012 34 n� 1 10.03 Attachment CSe€twafe-Speeif eatien 01/2012 3/1 41 1 1 To,...per-^n. Tfa ffie Signals 11/22/2013 311 41 12 lmn.wving T-affie Si,.,-.^1^ 12/20/2012 34 41 15 angukar IL4p;d Flaz--IhingBeaeo 11/22/2013 34-41 16 P-ed✓*vi:an IIybrid Signal 11/22/2013 34 41 20 Read-w fllu irufaan Assemblies 12/20/2012 34 4120.01 � n,ho.;^l LED v,.^,1.,.^r.. �ami'naiw a 06/15/2015 3n n�O2 Freeway LED Roadway r]axiim: is s 06/15/2015 34 4120.03 � Residential LED D,..,,h. ay r �aminair4s 06/15/2015 34-41 30 Aluminum &gns 11/12/2013 3n�0 Single M de Fiber- Optic Cable 02/26/2016 3471 13 Traffic Control 11/22/2013 CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105493 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix Page 8 of 8 G -4.J1 Availablit;- of GC-4-92 Eu--st .f ee a -a Physieal Condition GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GG 6.E.D M GG 6.00-? Ivag"wes GC-6.09 Permits and Utilities GG .21 Nandioxim. imuti.&a GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105493 Revised March 20, 2020 UNIT PRICE BID Bidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description 00 42 43 DAP - BID PROPOSAL Pagel of4 Bidder's Application Bidder's Proposal Specification Unit of I Bid Section No. Measure I Quantity Unit Price Bid Value UNIT I: WATERJMPROVEMENTS 1 10241.1000 Remove Concrete Pavement 0241 15 SY 7 $64.58 $452.06 2 10241.1012 Remove 6" Water Line 0241 14 LF 590 $8.27 $4,879.30 3 10241.1100 Remove Asphalt Pvmt 0241 15 SY 34 $14.35 $487.90 4 10241.1302 Remove 6" Water Valve 0241 14 EA 1 $452.00 $452.00 5 13201.0614 Conc Pvmt Repair, Residential 32 1123 SY 7 $232.00 $1,624.00 6 13305.0109 Trench Safety 3305 10 LF 714 $3.30 $2,356.20 7 13311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 0.35 $29,308.00 $10,257.80 8 13311.0261 8" PVC Water Pipe 33 11 12 LF 714 $74.87 $53,457.18 9 13312.0117 Connection to Existing 4"-12" Water Mains 33 1225 EA 1 $5,492.00 $5,492.00 10 13312.2001 1" Water Service, Meter Reconnection 33 1210 EA 1 $300.00 $300.00 11 13312.2003 1" Water Service 33 1210 EA 4 $2,735.00 $10,940.00 12 13312.3003 8" Gate Valve 33 1220 EA 1 $2,775.00 $2,775.00 13 13471.0001 Traffic Control 3471 13 MO 1 $2,080.00 $2,080.00 14 19999.0001 8" Cleaning Wye 99 99 99 EA 2 $1,405.00 $2,810.00 15 19999.0002 Automatic Flushing Device w/ Backflow 99 99 99 EA 1 $10,044.00 $10,044.00 16 19999.0003 Relocate Exist Fire Hydrant Assembly 99 99 99 EA 1 $3,724.00 $3,724.00 17 19999.0004 8"x6" Reducer 99 99 99 EA 1 $400.00 $400.00 18 19999.0005 12"x8" Reducer 99 99 99 EA 1 $550.00 $550.00 19 19999.0006 Relocate Exist 6" Gate Valve 99 99 99 EA 1 $1,850.00 $1,850.00 20 1 TOTAL UNIT I: WATER IMPROVEMENTS $114,931.441 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Copy of 00 42 43_Bid Proposal DAP-2 UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Bidlist Item Description Specification Unit of No. Section No. Measure UNIT II: SANITARY SEWER IMPROV MENTS 1 13301.0002 Post -CCTV Inspection 33 01 31 LF 2 13301.0101 Manhole Vacuum Testing 33 01 30 EA 3 13305.0109 Trench Safety 3305 10 LF 4 13305.0112 Concrete Collar for Manhole 3305 17 EA 5 13331.4115 8" Sewer Pipe 33 31 20 LF 6 13339.0001 Epoxy Manhole Liner 33 39 60 VF 7 13339.1001 4' Manhole 33 39 20 EA 8 19999.0007 Hydraulic Slide for Existing Manhole 99 99 99 EA 9 10 11 12 13 14 15 16 17 18 19 20 00 42 43 DAP - BID PROPOSAL Page 2 of4 Bidder's Application Bidder's Proposal Bid Unit Price Bid Value Quantity 684 $4.32 $2,954.88 3 $287.00 $861.00 684 $10.60 $7,250.40 3 $425.00 $1,275.00 684 $82.58 $56,484.72 25 $250.00 $6,250.00 3 $8,858.00 $26,574.00 1 $1,076.00 $1,076.00 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $102,726.00 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Copy of 00 42 43_Bid Proposal DAP-2 UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM 00 42 43 DAP - BID PROPOSAL Page 3 of4 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No Description 1 3211.0501 6" Lime Treatment 2 3212.0302 2" Asphalt Pvmt Type D 3 3212.0501 4" Asphalt Base Type B 4 3216.0101 6" Concrete Curb & Gutter 5 3471.0001 Traffic Control 6 9999.0008 Erosion Control 7 8 9 10 11 12 13 14 15 16 17 18 19 20 Specification I Unit of I Bid Unit Price Bid Value Section No. Measure Quantity UNIT III: PAVING IMPROVEMENTS 321129 SY 1,727 $23.38 $40,377.261 32 1216 SY 1,727 $18.23 $31,483.21 1 321216 SY 1,727 $36.47 $62,983.691 32 16 13 LF 311 $30.81 $9,581.91 1 3471 13 MO 1 $3,656.00 $3,656.001 31 25 00 LS 1 $4,275.00 $4,275.001 TOTAL UNIT III: PAVING IMPROVEMENTS $152,357.071 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Copy of 00 42 43_Bid Proposal DAP-2 UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Page 4 of4 Bidder's Application Bidder's Proposal Bidlist Item I Specification I Unit of I Bid Description Unit Price No. Section No. Measure Quantity Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: PAVING IMPROVEMENTS Total Construction Bid This Bid is submitted by the entity named below: BIDDER: Patcon Services, LLC PO Box 2423 Weatherford, TX 76086 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. BY: Chase Patterson TITLE: Owner DATE: 9/9/2024 Bid Value $114,931.441 $102,726.00 1 $152,357.07 1 $370,014.51 1 L120 worldng days after the date when the END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Copy of 00 42 43_Bid Proposal DAP-2 0045 12 DAP PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Major Work Tvpe" box provide the complete major work tvve and actual description as provided by the Water Department for water and sewer and TPW for paving. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water and Wastewater New Patcon Services, LLC 8/31/2025 Development Open Cut (12" and under) Asphalt Construction/ Peachtree Construction, LTD 9/30/2026 Reconstruction Unlimited, Asphalt Maintenance Unlimited The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Patcon Services, LLC PO Box 2423 Weatherford, TX 76086 BY: Chase Patterson TITLE: Owner DATE: 10/10/24 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 (Signature) 00 45 12_Prequalification Statement 2015_DAP 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 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 105493. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Patcon Services, LLC Company PO Box 2423 Address Weatherford TX 76086 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Chase Patterson (Please Print) Signature: _ Title: Owner (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Chase Patterson , 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 Contractor Compliance with Worker Compensation Law for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 3 day of September , 2024. 38 39.E"=;. 40 ERY �4AEI- CARS O e EMof texas Notary Public in and for the State of Texas p,ablic, 02.2024 t*l@tgFV tplres 11 �@i�tr• 130886415 �0 END OF SECTION CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised April 2, 2014 005243-1 1 2 3 Developer Awarded Project Agreement Page 1 of 6 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on 10/10/24 is made by and between the Developer, 4 Mike Benton, authorized to do business in Texas ("Developer"), and Patcon Services. LLC 5 authorized to do business in Texas, acting by and through its duly authorized representative, 6 ("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 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Rivercrest Addition Lots 1. 2. 3. 4. Block 10 16 Proiect Number 105493 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 120 calendar days after the date 23 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 24 City Conditions of the Construction Contract for Developer Awarded Projects. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105493 Revised June 16, 2016 005243-2 4 5 L" 25 3.3 Liquidated damages Developer Awarded Project Agreement Page 2 of 6 26 Contractor recognizes that time is of the essence of this Agreement and that Developer will 27 suffer financial loss if the Work is not completed within the times specified in Paragraph 28 3.2 above, plus any extension thereof allowed in accordance with Article 10 of the Standard 29 City Conditions of the Construction Contract for Developer Awarded Projects. The 30 Contractor also recognizes the delays, expense and difficulties involved in proving in a 31 legal proceeding the actual loss suffered by the Developer if the Work is not completed on 32 time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated 33 damages for delay (but not as a penalty), Contractor shall pay Developer two hundred and 34 fifty Dollars ($250.00) for each day that expires after the time specified in Paragraph 3.2 for 35 Final Acceptance until the City issues the Final Letter of Acceptance. 36 Article 4. CONTRACT PRICE 37 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of Three hundred seventy thousand. fourteen dollars 39 and fiftv one cents ($370.014.51). 40 Article S. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 A.The Contract Documents which comprise the entire agreement between Developer and 43 Contractor concerning the Work consist of the following: 44 1. This Agreement. 45 2. Attachments to this Agreement: 46 a. Bid Form (As provided by Developer) 47 1) Proposal Form (DAP Version) 48 2) Prequalification Statement 49 3) State and Federal documents (project specific) 50 b. Insurance ACORD Form(s) 51 c. Payment Bond (DAP Version) 52 d. Performance Bond (DAP Version) 53 e. Maintenance Bond (DAP Version) CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105493 Revised June 16, 2016 005243-3 7 Developer Awarded Project Agreement 8 Page 3 of 6 9 54 f. Power of Attorney for the Bonds 55 g. Worker's Compensation Affidavit 56 h. MBE and/or SBE Commitment Form (If required) 57 3. Standard City General Conditions of the Construction Contract for Developer 58 Awarded Projects. 59 4. Supplementary Conditions. 60 5. Specifications specifically made a part of the Contract Documents by attachment or, 61 if not attached, as incorporated by reference and described in the Table of Contents of 62 the Project's Contract Documents. 63 6. Drawings. 64 7. Addenda. 65 8. Documentation submitted by Contractor prior to Notice of Award. 66 9. The following which may be delivered or issued after the Effective Date of the 67 Agreement and, if issued, become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Orders. 71 d. Letter of Final Acceptance. 72 CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105493 Revised June 16, 2016 005243-4 10 Developer Awarded Project Agreement 11 Page 4 of 6 12 73 Article 6. INDEMNIFICATION 74 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 75 expense, the city, its officers, servants and employees, from and against any and all 76 claims arising out of, or alleged to arise out of, the work and services to be performed by 77 the contractor, its officers, agents, employees, subcontractors, licenses or invitees under 78 this contract. This indemnification provision is svecifically intended to overate and be 79 effective even if it is alleged or proven that all or some of the damages being sought were 80 caused. in whole or in part. by anv act. omission or negligence of the citv. This indemnity 81 provision is intended to include, without limitation, indemnity for costs, expenses and 82 legal fees incurred by the city in defending against such claims and causes of actions. 83 84 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 85 the city, its officers, servants and employees, from and against any and all loss, damage 86 or destruction of property of the city, arising out of, or alleged to arise out of, the work 87 and services to be performed by the contractor, its officers, agents, employees, 88 subcontractors, licensees or invitees under this contract. This indemnification Drovision 89 is specifically intended to operate and be effective even if it is alleged or Droven that all 90 or some of the damages being sought were caused. in whole or in Dart, by anv_ act. 91 omission or negligence of the citv. 92 93 Article 7. MISCELLANEOUS 94 7.1 Terms. 95 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of the 96 Construction Contract for Developer Awarded Projects. 97 7.2 Assignment of Contract. 98 This Agreement, including all of the Contract Documents may not be assigned by the 99 Contractor without the advanced express written consent of the Developer. 100 7.3 Successors and Assigns. 101 Developer and Contractor each binds itself, its partners, successors, assigns and legal 102 representatives to the other party hereto, in respect to all covenants, agreements and 103 obligations contained in the Contract Documents. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105493 Revised June 16, 2016 005243-5 13 Developer Awarded Project Agreement 14 Page 5 of 6 15 104 7.4 Severability. 105 Any provision or part of the Contract Documents held to be unconstitutional, void or 106 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 107 remaining provisions shall continue to be valid and binding upon DEVELOPER and 108 CONTRACTOR. 109 7.5 Governing Law and Venue. 110 This Agreement, including all of the Contract Documents is performable in the State of 111 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 112 Northern District of Texas, Fort Worth Division. 113 114 7.6 Authority to Sign. 115 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized 116 signatory of the Contractor. 117 118 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 119 counterparts. 120 121 This Agreement is effective as of the last date signed by the Parties ("Effective Date") 122 Contractor: Patcon Services, LLC Developer: By: By: (Signature) (Signature) CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105493 Revised June 16, 2016 16 17 18 123 Chase Patterson (Printed Name) Title:Owner Company Name: Patcon Services, LLC Address: PO Box 2423 City/State/Zip: Weatherford TX 76086 10/ 10/2024 Date 005243-6 Developer Awarded Project Agreement Page 6 of 6 Mike Benton (Printed Name) Title: Owner Company name: Address: 5616 Oaks Lane City/State/Zip: Westworth Village, TX 76114 10/16/2024 Date CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105493 Revised June 16, 2016 �1� --.eXaSMutuar WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All Texas operations 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 12/8/23 at 12:01 a.m. standard time, forms a part of: Policy no. 0002103305 of Texas Mutual Insurance Company effective on 12/8/23 Issued to: Patcon Services, LLC "06 This is not a bill Authorized representative NCCI Carrier Code: 29939 12/6/23 PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 WC 42 03 04 B POLICY NUMBER: MP44780042 COMMERCIAL AUTO NA CA 09 01 21 NATIONAL AMERICAN INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO ENHANCED COVERAGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM The following is a summary index of additional coverages provided by this endorsement. This endorsement is subject to the provisions of your policy which means that it is subject to all limitations and conditions applicable to this Coverage Part, unless specifically deleted, replaced, or modified therein. No coverage is provided by this summary. SUMMARY INDEX DESCRIPTION PAGE NUMBER SECTION II - COVERED AUTOS LIABILITY COVERAGE Who Is An Insured Broad Form Insured 2 Employee As Insureds 2 Additional Insured Status By Contract, Agreement Or Permit 2 Supplementary Payments Bail Bond Coverage 2 Loss Of Earnings Coverage 2 Pollution Liability - Broadened Coverage For Covered Autos 2 SECTION III - PHYSICAL DAMAGE COVERAGE Broadened Coverage Towing And Labor 3 Physical Damage Additional Transportation Expense Coverage 4 Temporary Substitute Auto Physical Damage 4 Extra Expense- Theft 4 Rental Reimbursement And Additional Transportation Expense 4 Personal Effects Coverage 5 Personal Property Of Others 5 Locksmith Coverage 5 Vehicle Wrap Coverage 5 Airbag Accidental Discharge 5 Audio, Visual And Data Electronic Equipment Coverage 5 Auto Loan/Lease Total Loss Protection 6 Glass Repair- Deductible Amendment 6 SECTION IV - BUSINESS AUTO CONDITIONS Broadened Coverage Amended Duties In The Event Of Accident, Claim, Suit Or Loss 6 Waiver Of Subrogation - Automatic Status When Required In A Written Contract 6 Unintentional Failure To Disclose 6 Hired, Leased, Rented Or Borrowed Auto Physical Damage 7 SECTION V - DEFINITIONS Mental Anguish Included in Definition of "Bodily Injury" 7 NA CA 09 01 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 1 of 7 (SECTION II - COVERED AUTOS LIABILITY COVERAGE, WHO IS AN INSURED, SUPPLEMENTARY PAYMENTS, POLLUTION) The following changes are made to SECTION II - COVERED AUTOS LIABILITY COVERAGE: A. The following are added to Paragraph A.1.: 1. Who Is An Insured The following are "insureds": d. Any organization that is acquired or formed by you, during the term of this policy and over which you maintain majority ownership. However, the Named Insured does not include any newly formed or acquired organization: (1) That is a joint venture or partnership; (2) That is an "insured" under any other policy; (3) That has exhausted its Limits of Insurance under any other policy; or (4) 180 days or more after its acquisition or formation by you, unless you have given us notice of the acquisition or formation. Coverage does not apply to "bodily injury" or "property damage" that results from an accident that occurred before you formed or acquired the organization. e. Your "employee" while acting in the course of your business or your personal affairs while using a covered "auto" you do not own, hire or borrow. f. Any person or organization for whom you are required to add as an additional insured when you and such person or organization have agreed in writing in a contract or agreement, but such written contract or agreement must be: (1) Currently in effect or becoming effective during the term of this policy; and (2) Executed prior to the "bodily injury" or "property damage". Coverage provided by this extension applies only with respect to the extent that the person or organization is liable for the conduct of an "insured" arising out of the ownership, maintenance or use of a covered "auto" under this policy. Coverage provided by this extension will not exceed the Limits of Liability required by the written contract or agreement even if the limits stated in the policy exceed those limits. This coverage shall not increase the Limit Of Insurance for Covered Autos Liability Coverage shown in the Declarations. For any covered "auto" you own, the insurance provided under this extension is primary. B. Paragraphs 2.a.(2) and 2.a.(4) are replaced with the following: 2. Coverage Extensions a. Supplementary Payments (2) Up to $5,000 for cost of bail bonds (including bonds for related traffic violations) required because of an "accident' we cover. We do not have to furnis h these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. C. Pollution Liability - Broadened Coverage For Covered Autos 1. Covered Autos Liability Coverage is changed as follows: a. Paragraph a. of the Pollution Exclusion applies only to liability assumed under a contract or agreement. NA CA 09 01 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 2 of 7 b. With respect to the coverage afforded by Paragraph A.1. above, Exclusion B.6. Care, Custody Or Control does not apply. 2. Changes In Definitions For the purposes of this endorsement, Paragraph D. of the Definitions Section is replaced by the following: D. "Covered pollution cost or expense" means any cost or expense arising out of: 1. Any request, demand, order or statutory or regulatory requirement that any "insured" or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of "pollutants"; or 2. Any claim or "suit' by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to or assessing the effects of "pollutants". "Covered pollution cost or expense" does not include any cost or expense arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants": a. Before the "pollutants" or any property in which the "pollutants" are contained are moved from the place where they are accepted by the "insured" for movement into or onto the covered "auto"; or b. After the "pollutants" or any property in which the "pollutants" are contained are moved from the covered "auto" to the place where they are finally delivered, disposed of or abandoned by the "insured". Paragraphs a. and b. above do not apply to "accidents" that occur away from premises owned by or rented to an "insured" with respect to "pollutants" not in or upon a covered "auto" if: (1) The "pollutants" or any property in which the "pollutants" are contained are upset, overturned or damaged as a result of the maintenance or use of a covered "auto"; and (2) The discharge, dispersal, seepage, migration, release or escape of the "pollutants" is caused directly by such upset, overturn or damage. 3. Limits For "Covered Pollution Cost or Expense" The most we will pay for "covered pollution cost or expense" is $100,000 in the aggregate per policy period, regardless of the number of "accidents". When this limit is used up, we shall have no further obligation to defend claims or "suits" seeking such damages or to pay such damages or defense expense. (SECTION III - PHYSICAL DAMAGE COVERAGE, BROADENED PHYSICAL DAMAGE COVERAGES) The following changes are made to SECTION III - PHYSICAL DAMAGE COVERAGE - A. Paragraph A.2 is replaced with the following: A. Coverage 2. Towing And Labor We will pay for towing and labor costs incurred, up to the limits shown below, each time a covered "auto" is disabled: a. For private passenger type vehicles, we will pay up to $100 per disablement. NA CA 09 01 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 3 of 7 b. For all other covered "autos" we will pay up to $500 per disablement. However, the labor must be performed at the place of disablement. B. Paragraph AA.a. is replaced with the following: A. Coverage 4. Coverage Extensions a. Transportation Expenses We will pay up to $60 per day, to a maximum of $1,800, for temporary transportation expense incurred by you because of the total theft of a c overed "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes Of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". C. The following are added to Paragraph 4. Coverage Extensions: 4. Coverage Extensions c. Temporary Substitute Autos If Physical Damage Coverage is provided under this Coverage Form for an "auto" you own, the Physical Damage coverages provided for that owned "auto" are extended to any "auto" you do not own while used with the permission of its owner as a temporary substitute for the covered "auto" you own that is out of service because of its: (1) Breakdown; (2) Repair; (3) Servicing; (4) "Loss"; or (5) Destruction. d. Theft Recovery Expense If you have purchased Comprehensive Coverage on a covered "auto" that is stolen, we will pay the expense of returning that stolen "auto" to you. The limit for this coverage extension is $5,000. e. Rental Reimbursement We will provide Rental Reimbursement and Additional Expense coverage only for those Physical Damage coverages for which a premium is shown in the Declarations. Coverage applies only to a covered "auto". (1) We will pay for auto rental expense and the expense incurred by you because of a covered cause of "loss" to remove and transfer your materials and equipment from a covered "auto" to a covered "auto". Payment applies in addition to the otherwise applicable coverage you have on a covered "auto". No deductible applies to this coverage. (2) We will pay only for expens es incurred during the policy period and beginning 24 hours after the "loss" and ending, regardless of the policy's expiration, with the lesser of the following number of days: (a) The number of days reasonably required to repair or replace the covered "auto". If "loss" is caused by theft, this number of days is added to the number of days it takes to locate the covered "auto" and return it to you; or (b) 30 days. (3) Our payment is limited to the lesser of the following amounts: (a) Necessary and actual expenses incurred; or NA CA 09 01 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 4 of 7 (b) $75 per day. (4) This coverage does not apply while there are spare or reserve "autos" available to you for your operations. (5) If "loss" results from the total theft of a covered "auto" of the private passenger type or light truck type, we will pay under this coverage only that amount of your rental reimbursement expense which is not already provided for under SECTION III - PHYSICAL DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions, a. Transportation Expenses. f. Personal Effects If you have purchased comprehensive coverage on a covered "auto" you own and that "auto" is stolen, we will pay, without application of a deductible, up to $500 for "Personal Effects" stolen with the covered "auto". The insurance provided under this provision is excess over any other collectible insurance. For this coverage extension, "Personal Effects" means tangible property that is worn or normally carried on "insured's" person. g. Personal Property Of Others We will pay up to $500 for "loss" to personal property of others in or on your covered "auto". This coverage applies only in the event of "loss" to your covered "auto" caused by fire, lightning, explosion, theft, mischief or vandalism, the covered "auto's" collision with another object, or the covered "auto's" overturn. No deductible applies to this coverage. h. Locksmith Coverage We will pay up to $250 per occurrence for necessary locksmith services for keys locked inside a covered private passenger type "auto". The deductible is waived for these services. i. Vehicle Wrap Coverage Under either Comprehensive or Collision Coverage, we will pay up to $1,000 for vinyl vehicle wraps which are displayed on a covered "auto" at the time of a total "loss". Regardless of the number of "autos" deemed a total "loss", the most we will pay under this coverage for any one "loss" is $5,000. For purposes of this coverage, signs or other graphics painted or magnetically affixed to the c overed "auto" are not considered vehicle wraps. D. Paragraph 113.3. is replaced with the following: B. Exclusions 3. We will not pay for "loss" due and confined to: a. Wear and tear, freezing, mechanical or electrical breakdown. b. Blowouts, punctures or other road damage to tires. This exclusion does not apply to such "loss" resulting from the total theft of a covered "auto". This exclusion also does not apply to the mechanical breakdown relating to the accidental discharge of an air bag. This exception applies only if you have purchased comprehensive or collision coverage on the covered "auto" you own and coverage is excess of any other collectible insurance or warranty. No deductible applies to this coverage. E. Paragraph C.1.b. is replaced with the following: C. Limits Of Insurance 1. The most we will pay for: b. All electronic equipment that reproduces, receives or transmits audio, visual or data signals in any one "loss" is $5,000, if, at the time of "loss", such electronic equipment is: (1) Permanently installed in or upon the covered "auto" in a housing, opening or other location that is not normally used by the "auto" manufacturer for the installation of such equipment; (2) Removable from a permanently installed housing unit as described in Paragraph b.(1) above;or NA CA 09 01 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 5 of 7 (3) An integral part of such equipment as described in Paragraphs b.(1) and b.(2) above. F. The following is added to Paragraph C. Limits of Insurance. C. Limits Of Insurance 4. In the event of a total "loss" to a covered "auto" shown in the Declarations, which is subject to a loan or lease at the time of the "loss", we will pay any unpaid amount due, including up to a maximum of $500 for early termination fees or penalties on the lease or loan for a covered "auto", less: a. The amount paid under the Physical Damage Coverage Section of the policy; and b. Any: (1) Overdue lease orloan payments at the time of the "loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and (5) Carry-over balances from previous loans or leases. G. The following is added to Paragraph D. Deductible D. Deductible Any deductible shown in the Declarations as applicable to the covered "auto" will not apply to glass breakage if the damaged glass is repaired, rather than replaced. (SECTION IV - BUSINESS AUTO CONDITIONS, BROADENED COVERAGE) The following changes are made to SECTION IV - BUSINESS AUTO CONDITIONS: A. The following is added to Paragraph 2. Duties In The Event Of Accident, Claim, Suit Or Loss 2. Duties In The Event Of Accident, Claim, Suit Or Loss d. Knowledge of any "accident", "claim", "suit' or "loss" will be deemed knowledge by you when notice of such "accident', "claim", "suit' or "loss" has been received by: (1) You, if you are an individual; (2) Any partner or insurance manager, if you are a partnership; (3) An executive offic er or insurance manager, if you are a corporation; (4) Your members, managers or insurance manager, if you are a limited liability company; or (5) Your officials, trustees board members or insurance manager, if you are a not -for -profit organization. B. The following is added to Paragraph 5. Transfer Of Rights Of Recovery Against Others To Us 5. Transfer Of Rights Of Recovery Against Others To Us However, we waive any rights of recovery we may have under the policy against any person or organization for whom the insured is working or operating under a written contract when such contract requires a waiver of subrogation. This provision does not apply unless the written contract has been executed prior to the "bodily injury" or "property damage". C. The following is added to Paragraph B.2. Concealment, Misrepresentation Or Fraud: B. General Conditions 2. Concealment, Misrepresentation Or Fraud However, your unintentional error in disclosing, or failing to disclose, any material fact existing at the effective date of this Coverage Form, or during the policy period in connection with any additional hazards, will not prejudice your rights under this Coverage Form. NA CA 09 01 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 6 of 7 D. Paragraph 5.b. of B. General Conditions is replaced with the following: B. General Conditions 5. Other Insurance b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". The most we will pay for any one "loss" is the lesser of the following: (1) $75,000 per accident; or (2) Actual cash value at the time of loss; or (3) Cost of repair. Less the deductible shown in Item Four of the Declarations. An adjustment for depreciation and physical condition will be made in determining actual cash value in the event of a total "loss". The deductible does not apply to "loss" caused by fire or lightning. This coverage is excess over any other collectible insurance. (SECTION V - DEFINITIONS, MENTAL ANGUISH) A. Paragraph C. under SECTION V - DEFINITIONS is replaced with the following: C. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from such bodily injury, sickness, or disease. NA CA 09 01 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 7 of 7 NATIONAL AMERICAN INSURANCE COMPANY CONTRACTORS GENERAL LIABILITY ENHANCED COVERAGE ENDORSEMENT SUMMARY OF COVERAGES The following is a summary of additional coverages provided by this endorsement. This endorsement is subject to the provisions of your policy which means that it is subject to all terms, limitations, exclusions and conditions of the policy, except and to the extent specifically stated in this endorsement. No coverage is provided by tiis summary. COVERAGE DESCRIPTION PAGE Coveraae Extensions Extended Property Damage 2 Expanded Fire Legal Liability to Include Explosion, Lightning and Sprinkler Leakage 2 Coverage For Non -Owned Watercraft Extended to 51 Feet in Length 2 Newly Formed or Acquired Organizations- Extend The Reporting Requirement to 180 Days 7 Knowledge of Occurrence- Knowledge of an "occurrence", claim, or "suit' by your agent, servant, or employee shall not in itself constitute knowledge of the Named Insured unless an officer of the 11 Named Insured has received such notice from the agent, servant, or employee Primary And Noncontributory- Other Insurance Condition 11 Waiver of Subrogation - Automatic Status When Required In A Written Contract 11 Additional Coveraaes Limit of Insurance Coverage D - Voluntary Property Damage Coverage $5,000 Occurrence 2 $10,000 Aggregate Coverage E - Care, Custody or Control Property $10,000 Occurrence Damage Coverage $25,000 Aggregate 3 Coverage F- Product Recall Expense $10,000 Each Recall $25,000 Aggregate $1,000 Deductible Coverage G - Water Damage Legal Liability $25,000 Aggregate Coverage H- Contamination or Pollution Coverage $100,000 Aggregate (Sudden And Accidental) Increase in Supplementary Payments Bail Bonds - $1,000 Loss of Earnings - $500 Additional Insured Coverages on a Primary and Non -Contributory Basis: Additional Insured- Owners, Lessees or Contractors- Automatic Status When Required In Construction Agreement With You Additional Insured- Lessor of Leased Equipment- Automatic Status When Required In Lease Agreement With You Additional Insured- Managers or Lessor of Premises- Automatic Status When Required In A Written Contract Additional Insured- Engineers, Architects or Surveyors Not Engaged by the Named Insured Aggregate Limits of Insurance Automatically Included - Per Location Subject to Cap 10 Automatically Included - Per Project Subject to Cap 10 NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 1 of 11 POLICY NUMBER: MP44780042 COMMERCIAL GENERAL LIABILITY NA CG 23A 03 21 NATIONAL AMERICAN INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS GENERAL LIABILITY ENHANCED COVERAGE ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SECTION I - COVERAGES A. The following changes are made under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability: 1. Exclusion a. is replaced by the following: a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 2. Expanded Fire Legal Liability The last paragraph under 2. Exclusions is replaced by the following: Exclusions c. through n. do not apply to damage by fire, explosion, lightning,or smoke resulting from such fire, explosion, or lightning or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in Section III - Limits of Insurance. 3. Non -Owned Watercraft Exclusion g. (2) (a) is replaced by the following: g. Aircraft, Auto Or Watercraft (2) A watercraft you do not own that is: (a) Less than 51 feet long; and B. The following additional coverages are added to Section I - Coverages. Each of these additional coverages is subject to Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability and all other terms, limitations, conditions, exclusions and all other provisions of the policy except and to the extent otherwise specifically stated in this endorsement. COVERAGE D - VOLUNTARY PROPERTY DAMAGE COVERAGE 1. Insuring Agreement a. At your request, and whether or not you are legally obligated to pay, we will pay for "property damage" to property of others you cause while the property is in your possession or if the "property damage" arises out of "your work". b. Subject to Paragraph 5. of SECTION III - LIMITS OF INSURANCE, a $5,000 occurrence limit and a $10,000 aggregate limit is the most we will pay under Coverage D for damages because of "property damage". The aggregate limit is the maximum amount we will pay for all covered 'occurrences" during the policy period. NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office Inc., with its Permission. Page 2 of 11 c. Our duty to pay ends when we have paid the applicable Limit of Insurance in the payment of judgments or settlements under Coverage D. 2. Exclusions a. For purposes of Coverage D. only, Exclusion j. under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability, is replaced by the following: Damage To Property "Property damage" to: (1) Property held by the insured for servicing, repair, storage or sale at premises you own, rent, lease, operate or use; (2) Property transported by or damage caused by any "automobile", "watercraft" or "aircraft" you own, hire or lease; (3) Property you own, rent, lease, borrow or use. COVERAGE E - CARE, CUSTODY OR CONTROL PROPERTY DAMAGE COVERAGE 1. Insuring Agreement a. We will pay for "property damage" to personal property in the care, custody or control of the insured subject to the following provisions, limitations and conditions: (1) Exclusion j.(4) under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability, does not apply to Coverage E. (2) Subject to 5. of SECTION III - LIMITS OF INSURANCE, a $10,000 occurrence limit and a $25,000 aggregate limit is the most we will pay under Coverage E. The aggregate limit is the maximum amount we will pay for all covered "occurrences" during the policy period. (3) Our right and duty to defend ends when we have used up the applicable limit of insurance in the payment of judgments or settlements under Coverage E., regardless of the number of: (a) Insureds; (b) Claims made or "suits" brought; or (c) Persons or organizations making claims or bringing "suits". COVERAGE F - PRODUCT RECALL EXPENSE 1. Insuring Agreement a. Notwithstanding Exclusion n. under Paragraph 2., Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability, and subject to the limits shown in the Summary of Coverages, we will pay the "product recall expense" you incur as a result of a "product recall" you initiate during the coverage period. b. We will only pay for " product recall expense" arising out of "your products" which have been physically relinquished to others. c. This coverage is subject to a $10,000 each product recall limit and a $25,000 aggregate limit. The most we will pay for the sum of all "product recall expense" you incur as a result of all "product recalls" you initiate during the policy period shall not be greater than $25,000. d. Our right and duty to defend ends when we have used up the applicable Limit of Insurance in the payment of judgments or settlements under Coverage F. 2. Exclusions This insurance does not apply to "product recall expense" arising out of: a. Any fact, circumstance or situation which existed at the inception date of the policy and which you were aware of, or could reasonably have foreseen that would have resulted in a "product recall". NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 3 of 11 b. Deterioration, decomposition or transformation of a chemical nature, except if caused by an error in the manufacture, design, processing, storage, or transportation of "your product". c. The withdrawal of similar products or batches that are not defective, when a defect in another product or batch has been found. d. Acts, errors or omissions of any of your employees, done with prior knowledge of any of your officers or directors. e. Inherent vice, meaning a natural condition of property that causes it to deteriorate or become damaged. f. "Bodily injury" or "property damage': g. Failure of "your product" to accomplish its intended purpose, including any breach of warranty of fitness, quality, efficacy or efficiency, whether written or implied. h. Loss of reputation, customer faith or approval, or any costs incurred to regain customer market, or any other consequential damages. i. Legal fees or expenses. j. Damages claimed for any loss, cost or expense incurred by you or others for the loss of use of "your product". k. "Product recall expense" arising from the "product recall" of any of "your products" for which coverage is excluded by endorsement. I. Any "product recall" initiated due to the expiration of the designated shelf life of "your product". 3. Conditions The following conditions are added to Coverage F. a. Duties In Event of Product Recall In the event of a "product recall", you must: (1) See to it that we are notified as soon as practicable of a "product recall". To the extent possible, notice should include how, when and where the "product recall" took place and estimated "product recall expense". (2) Take all reasonable steps to minimize "product recall expense". This will not increase the Limits of Insurance. (3) If requested, permit us to question any insured under oath at such times as may be reasonably required about any matter relating to this insurance orthe insured's claim, including your books and records. Your answers must be signed. (4) Permit us to inspect and obtain other information proving the loss. You must send us a signed, sworn statement of loss containing the information we request to investigate the claim. You must do this within 60 days after our request. (5) Cooperate with us in the investigation or settlement of any claim. (6) Assist us upon our request, in the enforcement of any rights against any person or organization which may be liable to you because of loss to which this insurance applies. 4. Definitions The following definitions are added: a. "Product recall" means a withdrawal or removal from the market of "your product" based on the determination by you or any regulatory or governmental agency that: (1) The use or consumption of "your product" has caused or will cause actual or alleged "bodily injury" or "property damage" and (2) Such determination requires you to recover possession or control of "your product" from any distributor, purchaser or user, to repair or replace "your product", but only if "your product" is unfit for use or consumption, or is hazardous as a result of: NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 4 of 11 (a) An error or omission by an insured in the design, manufacturing, processing, labeling, storage, or transportation of "your product"; or (b) Actual or alleged intentional, malicious or wrongful alteration or contamination of "your product" by someone other than you. b. "Product recall expense" means reasonable and necessary expenses for: (1) Telephone, radio and television communication and printed advertisements, including stationery, envelopes and postage. (2) Transporting recalled products from any purchaser, distributor or user, to locations designated by you. (3) Remuneration paid to your employees for overtime, as well as remuneration paid to additional employees or independent contractors you hire. (4) Transportation and accommodation expense incurred by your employees. (5) Rental expense incurred for temporary locations used to store recalled products. (6) Expenses incurred to properly dispose of recalled products, including packaging that cannot be reused. (7) Transportation expense incurred to replace recalled products. (8) Repairing, redistributing or replacing covered recalled products with like products or substitutes, not to exceed your original cost of manufacturing, processing, acquisition and/or distribution. These expenses must be incurred as a result of a "product recall". COVERAGE G - WATER DAMAGE LEGAL LIABILITY 1. Insuring Agreement a. Notwithstanding Exclusion j.(1) under Paragraph 2., Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability, we will pay for "property damage" to premises that are both rented to and occupied by you if the "property damage" happens during the policy period as the result of an "occurrence" and arises out of the injurious presence of water. b. Subject to Paragraph 5. of SECTION ill - LIMITS OF INSURANCE, the most we will pay under Coverage G. is $25,000 aggregate per policy period. The aggregate limit is the maximum amount we will pay for all covered "occurrences" during the policy period. c. Our right and duty to defend ends when we have used up the applicable Limit of Insurance in the payment of judgments or settlements under Coverage G. COVERAGE H - CONTAMINATION OR POLLUTION COVERAGE (Sudden And Accidental For Contractors) A. The following provisions are added to Section I - Coverage A - Bodily Injury And Property Damage Liability. 1. LIMITED POLLUTION COVERAGE Exclusion f. under Paragraph 2., Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability is replaced by the following: This insurance does not apply to: f. Pollution (1) "Bodily injury' or "property damage" which would not have occurred in whole or part but for the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants" at any time. (2) Any loss, cost or expense arising out of any: (a) Request, demand, order or statutory or regulatory requirement that any insured or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of "pollutants"; or NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 5 of 11 (b) Claim or suit by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to, or assessing the effects of, "pollutants." This exclusion does not apply to that portion of any "bodily injury" or "property damage" which is caused by a "pollution incident", subject to the limits of insurance set forth below in this endorsement, but only if the following conditions are met: (a) The commencement time and date of such "pollution incident" can be identified with certainty, and such "pollution incident" commences at a specific time and date during the policy period; (b) Such "pollution incident" is an accident and unintentional release, discharge, emission or escape of "pollutants," is sudden and accidental and is neither expected nor intended by any insured; (c) Such "pollution incident" is not a repeat or resumption of a previous discharge, dispersal, release or escape of the same "pollutants" from essentially the same source within twelve (12) months of a previous discharge, dispersal, release or escape; (d) Such "bodily injury" or "property damage" is not caused or contributed to in any degree by any "pollution incident" that commenced prior to the beginning of the Policy Period shown in the Declarations; (e) Such "pollution incident" is discovered or otherwise becomes known to you within thirty (30) days of its commencement and is reported to us in writing within thirty (30) days after you first obtain knowledge of the "pollution incident"; (f) Such "pollution incident" did not result from or was not contributed to by your failure to comply with any government statute, rule, regulation, or order; 2. LIMITS FOR POLLUTION COVERAGE: The most we will pay for liability because of covered "bodily injury" and "property damage" caused by one or more "pollution incidents" shall not be greater than $100,000 in the aggregate per policy period. For the purpose of mitigating further "bodily injury" or "property damage" caused by a covered "pollution incident," $ 100,000 may be applied to costs or expenses incurred by any insured for cleaning up, removing or containing a covered "pollution incident" on the particular part of real property upon which the operations of the insured are conducted. This amount shall not be in addition to the limits set forth above, but such amounts shall reduce such applicable limits. When this limit is used up, we shall have no further obligation to defend claims or "suits" seeking such damages or pay such damages or defense expense. This coverage does not apply to Coverage B - Personal And Advertising Injury Liability 3. NON -EXTENSION OF COVERAGE: The only coverage provided under this policy for liability in any way relating to, or caused by, any "pollution incident" is that which is set forth in this endorsement. 4. DEFINITIONS All provisions of the POLICY DEFINITIONS portion of this insurance remain unchanged except as modified by the following: For purposes only of the coverages addressed in this endorsement, the definition of "property damage" is replaced with the following: "Property Damage" means: a. Physical Injury to, destruction of, or contamination of tangible property, including all resulting loss of use of that property; or b. Loss of use of tangible property that is not physically injured, destroyed or contaminated but has been evacuated, withdrawn from use or rendered inaccessible because of a "pollution incident." c. Any loss, cost, or expense which you become legally obligated to pay, provided that you receive notice asserting such obligation during the policy period or within 30 days thereafter, and provided further that such "loss," cost or expense arises out of: (1) A request, demand or order that any insured or others test for, monitor, clean-up, remove, contain, NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 6 of 11 treat, detoxify or neutralize, or in any way respond to, or assess the effects of "pollutants;" or (2) A claim or legal proceeding by or on behalf of a governmental authority for payments because of testing for, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to or assessing the effects of "pollutants." "Pollution Incident" means an "occurrence" consisting of any actual emission, discharge, release, or escape of any "pollutant' into or upon land, the atmosphere, any watercourse or body of water, or any building or dwelling, provided that such emission, discharge, release or escape results in "environmental damage." The entirety of any such actual emission, discharge, release or escape shall be deemed to be one "pollution incident." "Pollutant" means any solid, liquid, gaseous or thermal irritant or contaminant, including smoke, vapor, soot, fumes, acids, alkalis, chemicals, waste and saline substances. Waste includes materials to be recycled, reconditioned or reclaimed. "Environmental Damage" means any injurious presence actually in or upon land, the atmosphere, any watercourse or body of water, or any building or dwelling, of any "pollutant." SUPPLEMENTARY PAYMENTS - COVERAGES A AND B 1. SUPPLEMENTARY PAYMENTS- COVERAGES A AND B is amended as follows: a. To read SUPPLEMENTARY PAYMENTS -ALL COVERAGES b. The following language is added at the end of Paragraph 1. However, we shall have none of the duties set forth above when this insurance applies only for Coverage D., Coverage E., or both, and we have paid the Limit of Liability or the Aggregate Limt for these additional coverages. c. Bail Bonds Paragraph 1.b. is replaced by the following: 1. We will pay, with respect to any claim we investigate or settle, or any "suit' against an insured we defend: b. Up to $1,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. d. Loss of Earnings Paragraph 1.d. is replaced by the following: 1. We will pay, with respect to any claim we investigate or settle, or any "suit' against an insured we defend: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit', including actual loss of earnings up to $500 a day because of time off from work. SECTION II - WHO IS AN INSURED A. The following changes are made to SECTION II -WHO IS AN INSURED 1. Extended Reporting Requirements Paragraph 3.a. is replaced by the following: 3. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company, and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier; B. The following provisions are added to SECTION II - WHO IS AN INSURED: NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 7 of 11 4. Additional Insured - Owners, Lessees or Contractors- Automatic Status When Required In Construction or Service Agreement With You Each of the following is an insured: a. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy; b. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph a. above. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" which may be imputed to that person or organization directly arising out of: (1) Your acts or omissions, or the acts or omissions of those acting on your behalf in the performance of your ongoing operations for the additional insured; or (2) "Your work" specified in the "written contract" but only for "bodily injury", "property damage" or "personal and advertising injury" included in the "products -completed operations hazard"; However, the insurance afforded to such additional insureds described in Paragraphs a. and b. above, only applies to the extent permitted by law and will not be broader than that which you are required by the contract or agreement to provide for such additional insureds. c. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: (1) "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (a) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the 'occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. d. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: (1) Required by the contract or agreement you have entered into with the additional insured; or (2) Available under the applicable Limits of Insurance; whichever is less. This coverage shall not increase the applicable Limits of Insurance. 5. Additional Insured - Lessor of Leased Equipment- Automatic Status When Required In Lease Agreement With You Each of the following is an insured: a. Any person(s) or organization(s) from whom you lease equipment when you and such person(s) or organization(s) have agreed in writing in a contract or agreement that such person(s) or organization(s) be added as an additional insured on your policy. Such person(s) or organization(s) is an insured only with respect to your liability for "bodily injury", "property damage" or "personal and advertising injury" directly arising out of the maintenance, operation or use of equipment leased to you by such person(s) or organization(s). NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 8 of 11 However: (1) The insurance afforded to such additional insured only applies to the extent permitted by law; and (2) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. b. With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. c. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: (1) Required by the contract or agreement; or (2) Available under the applicable Limits of Insurance; whichever is less. This coverage shall not increase the applicable Limits of Insurance. 6. Additional Insured - Managers or Lessors of Premises Each of the following is an insured: a. Any person(s) or organization(s), but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises leased to you and subject to the following additional exclusions: This insurance does not apply to: (1) Any "occurrence" which takes place after you cease to be a tenant in that premises. (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person(s) or organization(s). However: (1) The insurance afforded to such additional insured only applies to the extent permitted by law; and (2) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. b. With respect to the insurance afforded to these additional insureds, the following is added to Section III -Limits of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: (1) Required by the contract or agreement; or (2) Available under the applicable Limits of Insurance; whichever is less. This coverage shall not increase the applicable Limits of Insurance. 7. Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured Each of the following is an insured: a. Any architects, engineers or surveyors who are not engaged by you are insureds, but only with respect to liability for "bodily injury" or "property damage" or "personal and advertising injury" which may be imputed to that architect, engineer or surveyor arising out of: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf; NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 9 of 11 in the performance of your ongoing operations performed by you or on your behalf. Such architects, engineers or surveyors, while not engaged by you, are contractually required to be added as an additional insured to your policy. However, the insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; and (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. b. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: The insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services, including: (1) The preparing, approving, or failing to prepare or approve, maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or (2) Supervisory, inspection or engineering services. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional services. SECTION III - LIMITS OF INSURANCE A. Paragraphs 2., 3., and 6. of SECTION III - LIMITS OF INSURANCE are replaced by the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard"; and c. Damages under Coverage B; and d. Damages under Coverage G. e. Damages under Coverage H. 3. The Products -Completed Operations Aggregate Limit is the most we will pay under Coverage A for damages because of "bodily injury" and "property damage" included in the "products -completed operations hazard" and Coverage F. 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, explosion, lightning, or smoke resulting from such fire, explosion, or lightning, or sprinkler leakage while rented to you or temporarily occupied by you with permission of the owner. B. The following are added to SECTION III - LIMITS OF INSURANCE: 8. Aggregate Limits of Insurance ( Per Location) The General Aggregate Limit applies separately to each of your "locations" owned by or rented to you or temporarily occupied by you with the permission of the owner. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 9. Aggregate Limits of Insurance (Per Project) The General Aggregate Limit applies separately to each of your "construction projects" away from premises owned by or rented to you. "Construction Project" means "your work" conducted according to a single plan. NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 10 of 11 10. Even though the General Aggregate Limit applies separately to each of your "locations" and each of your "construction projects", the most we will pay under this policy is three times the General Aggregate Limit regardless of the number of "locations", "construction projects", 'occurrences", "insureds", claims, "suits", or persons or organizations making claims or bringing "suits". SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS A. The following is added to Paragraph 4. Other Insurance: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. B. Paragraphs 2.a. and b. are replaced with the following: 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit a. You must see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim. Knowledge of an "occurrence" by your agent, servant or employee shall not in itself constitute knowledge of the Named Insured unless an officer of the Named Insured has received such notice from the agent, servant or employee. To the extent possible, notice should include: (1) How, when and where the "occurrence" took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. b. If a claim is made or "suit' is brought against any insured, you must: (1) Immediately record the specifics of the claim or "suit' and the date received; and (2) Notify us as soon as practicable. You must see to it that we receive written notice of the claim or "suit' as soon as practicable. Knowledge of a claim or "suit' by your agent, servant or employee shall not in itself constitute knowledge of the Named Insured unless an officer of the Named Insured has received such notice from the agent, servant or employee. C. The following is added to Paragraph 2.c.: 2. Duties In The Event Of Occurrence, Offense, Claim or Suit c. You and any other involved insured must: (5) Upon our request, replace or repair the property covered under Coverage D - Voluntary Property Damage at your actual cost, excluding profit or overhead. D. Paragraph 8. is modified by adding the following sentence: 8. Transfer Of Rights Of Recovery Against Others To Us We waive our right to recovery against any person or organization for whom the insured is operating under a written contract when such contract requires a waiver of subrogation, and such contract is executed before the "property damage" or "bodily injury" occurs or the "personal and advertising" offense is committed. NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 11 of 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 W9 20 21 22 23 24 25 26 27 28 29 30 0062 13 -1 Bond Number: L265202-2127 PERFORMANCE BOND Page 1 of 2 SECTION 00 62 13 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Patcon Services, LLC, known as "Principal' herein and Lexington National Insurance Corporation, 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, Milce Benton, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of, Three Hundred Seventy Thousand Fourteen and 51/100 Dollars ($370,014.51), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made jointly unto the Developer and the City as dual obligees, 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 24-0127; and WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the 1 Oth day of October, 2024, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Rivercrest Addition, Lots 1, 2, 3, 4, Block 10. NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the Developer and/or City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2,35 4, BLOCK 10 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105493 Revised January 31, 2012 Bond Number: L265202-2127 006213-2 PERFORMANCE BOND Page 2 of 2 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division, 4 5 6 7 8 9 10 11 12 13 14 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 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance With the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 25"' day of October, 2024. ATTEST: (Principal) Secretary Witness as to Principal li � �_ 11"� Witness as to Surety PRINCIPAL: Patcon Services, LLC BY: Signature Name and Title Address: PO Box 2423 4533 Franke Switch Rd Weatherford, Texas 76086 SURETY: Lexington National Insurance Corporation BY: �'rig��re Zach Mefferd, Attorney -in -Fact Name and Title Address: 11426 York Road, 2,,d Floot- Cockeysville, Maryland, 21030 Telephone Number: 410-625-0800 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLACK 10 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105493 Revised January 31, 2012 006214-1 Bond Number: L265202-2127 PAYMENT BOND Page I of 2 1 SECTION 00 62 14 2 PAYMENTBOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Patcon Services, LLC, known as "Principal' herein, and Lexington National 8 Insurance Corporation, a corporate surety ( or sureties if more than one), duly authorized to do 9 business in the State of Texas, known as "Surety" herein (whether one or more), are held and 10 firmly bound unto the Developer, Mike Benton, authorized to do business in Texas 11 "(Developer"), and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal 12 sum of Three Hundred Seventy Thousand Fourteen and 511100 Dollars ($370,014.51), lawful 13 money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of 14 which sum well and truly be made jointly unto the Developer and the City as dual obligees, we 15 bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 16 firmly by these presents: 17 WHEREAS, Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth, by and through a Community Facilities 19 Agreement, CFA Number 24-0127; and 20 WHEREAS, Principal has entered into a certain written Contract with Developer, 21 awarded the 10t° day of October, 2024, which Contract is hereby referred to and made a part 22 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and 23 other accessories as defined by law, in the prosecution of the Work as provided for in said 24 Contract and designated as Rivererest Addition, Lots 1, 2, 3, 4, Block 10. 25 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 26 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 27 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 28 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 29 force and effect. 30 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 31 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 32 accordance with the provisions of said statute. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS I, 2, 3, 4, BLOCK 10 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105493 Revised Jamuary 31, 2012 1 r� M 4 5 6 7 8 9 10 006214-2 Bond Number: L265202-2127 PAYMENT BOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 25' day of October, 2024. ATTEST: (Principal) Secretary Witness as to Principal ATTEST: /V/*4 (Surety) Secretary iietness as to Surety PRINCIPAL: Patcon Services, LLC IC _ Signature Name and Title Address: PO Box 2423 4533 Franko Switch Road Weatherford, Texas 76086 SURETY: Lexington National Insurance Corporation BY: ignatur Zach Mefferd, Attorney -in -Fact Name and Title Address: 11426 York Road, 2" `� Floor Cockeysville, Maryland, 21030 Telephone Number: 410-625-0800 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105493 Revised January 31, 2012 00 62 19 - l Bond Nwnber: L265202-2127 MAINTENANCE BOND Page 1 of 3 1 SECTION 00 62 19 2 MAINTENANCE BOND 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we Patcon Services, LLC , known as "Principal' herein and Lexington National 8 Insurance Corporation, a corporate surety (sureties, if more than one) duly authorized to do 9 business in the State of Texas, known as "Surety" herein (whether one or more), are held and 10 firmly bound unto the Developer, Mike Benton, authorized to do business in Texas 11 ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the sum of 12 Three Hundred Seventy Thousand Fourteen and 51/100 Dollars ($370,014.51), lawful money of 13 the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum 14 well and truly be made jointly unto the Developer and the City as dual obligees and their 15 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 16 and severally, firmly by these presents. 17 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 20 CPA Number 24-0127; and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer 22 awarded the 10" day of October, 2024, which Contract is hereby referred to and a made part 23 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and 24 other accessories as defined by law, in the prosecution of the Work, including any Work resulting 25 from a duly authorized Change Order (collectively herein, the "Work") as provided for in said 26 Contract and designated as Rivercrest Addition, Lots 1, 2, 3, 4, Block 10; and 27 28 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 29 accordance with the plans, specifications and Contract Documents that the Work is and will 30 remain free from defects in materials or workmanship for and during the period of two (2) years 31 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 32 CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105493 Revised January 31, 2012 006219-2 Bond Number: L265202-2127 MAINTENANCE BOND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by Developer or City, to a 7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 8 remain in full force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 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 20 successive recoveries may be had hereon for successive breaches. 21 22 23 CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105493 Revised January 31, 2012 1 9 R 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 Bond Number: L265202-2127 006219-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 25th day of October, 2024. ATTEST: (Principal) Secretary Witness as to Principal ATTEST: (S Secretary Witness as to Surety PRINCIPAL: Patcon Services, LLC BY: Signature Name and Title Address; PO Box 2423 4533 Franko Switch Road Weatherford, Texas 76086 SURETY: Lexington National Insurance Corporation BY: S ignaWA Zach Mefferd, Attorney -in -Fact Name and Title Address: 11426 York Road, 2nd Floor Cockeysville, Maryland, 21030 Telephone Number: 410-625-0900 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105493 Revised Janumy 31, 2012 oikLEXINGTON NATIONAL.. P.O. Box 6098 INSURANCE CORPORATION Lutherville, Maryland 21094 DUAL OBLIGEE RIDER (To be attached to Bond at time of issuance) TO HE ATTACHED TO AND FORM PART OF Bond No. L265202-2127 , dated concurrently with the execution of this Rider, by Lexington National Insurance Corporation as Surety, on behalf of Patcon Services, LLC as Principal, and in favor of Mike Benton and City of Fort Worth as Obligees. IT IS HEREBY UNDERSTOOD AND AGREED that the attached Bond is hereby amended to include the following: Notwithstanding anything contained herein to the contrary, there shall be no liability on the part of the Principal or Surety under this Bond to the Obligees, or either of them, unless the Obligees, or either of them, shall make payments to the Principal, or to the Surety in case it arranges for completion of the Contract upon default of the Principal, strictly in accordance with the terms of said Contract as to payments, and shall perform all the other obligations required to be performed under said Contract at the time and in the manner therein set forth. In no event shall the liability of the Principal and the Surety to the Obligee, or either of them, in the aggregate, exceed the penal sum stated in the attached Bond. IT IS FURTHER UNDERSTOOD AND AGREED that nothing contained in this Rider shall be held to change, alter or vary the terms of the attached Bond except as set forth hereinabove. In the event of a conflict between the Bond and this Rider, the parties agree that this Rider shall govern and control. All references to the Bond, either in the Bond or in this Rider, shall include and refer to the Bond as supplemented and amended by this Rider. Except as provided by this Rider, all other terms and conditions of the Bond remain in full force and effect. This Rider may be executed in two or more counterparts, each of which shall be deemed an original, but which together shall constitute one and some instrument. SIGNED, SEALED AND DATED this 25th day of October 2024 PRINCIPAL: Patcon Services, LLC SURETY: Lexington National Insupnce Corporation Signature: Si nature: 1 r�Atto y-in-Fact Name and Title: Agreed to and accepted by: OBLIGEE: Mike Benton OBLIGEE: City of Fort Worth Signature: Signature: Name and Title: Name and Title: IMPORTANT NOTICE —THIS POWER OF ATTORNEY IS VOID IF "LNIC Original" WATERMARK IS NOT PRESENT POWER OF ATTORNEY Lexington National Insurance Corporation Lexington National Insurance Corporation, a corporation duly organized under the laws of the State of Florida and having its principal administrative office in Baltimore County, Maryland, does hereby make, constitute and appoint: Zach Mefferd, Zach Matter, Havilah Watson, Jimmy Brown, Tina Bockholt as its true and lawful attorney -in -fact, each In their separate capacity, with full power and authority to execute, acknowledge, seal and deliver on its behalf as surety any bond or undertaking of $6,000,000 or less. This Power of Attorney is void if used for any bond over that amount. .. , This Power of Attorney is granted under and by authority of the following resolutions adopted by the Board of Directors of the Company on February 15, 2018: Be it Resolved, that the CEO, President or any Vice -President shall be and is hereby vested with full power,andauthority to appoint suitable persons as Attorney -In -Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and on the behalf of the Co-1 pany,-to execute, acknowledge and deliver any and all bonds, contracts, or indemnity and other conditional , obligatory undgrtakings,_including any and all consents for the release of retained percentages and/or final estimates on enginbefing and construction contracts, and any all notices and documents cancelling or terminating the Company's liability thereunder and any such iristrumentsso executed by any Attorney -in Fact shall be binding upon the Company as if signed by the Presidenf and sealed by the Corporate Secretary, RESOLVED further, that the signature of the CEO, President or any Vice -President of LEXWGTON NATIONAL INSURANCE CORPORATION may be affixed by facsimile to any power of attorney, and the signatute of the Sepreta y or any Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of such power, or any such power or certificate bearing such facsimile signature orseal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed with respect to any bond to which R is attached continue to be valid and binding upon the Company. IN WITNESS WHEREOF, the Company have caused this instrument to be signed and their corporate seal to be hereto affixed, _ •.o`er,„.... ,NSpq _ _ � p2rU°PPOg9A4. Z4s — teas ojt_ Fn;lFrank, CEO State of Maryland _ County of Harford County, SS: Before me, a notary public, personally appeared, Ronald A. Frank, CEO of Lexington National Insurance Corporation, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under the PENALTY of PERJURY under the laws of the State of Maryland that the foregoing paragraph is true and correct. WITNESS my hand and official seal.' - x,a^"scHH",q•. =W"�a°7"RieF<a Commission Expires: 0118/28�� sl, Gw,acs: Vim_ (i awwaa Otary `w�RncW�.•'`� I, Lisa R. Slater, Secretary of Lexington National Insurance Corporation, do hereby certify that the above and foregoing is true and correct copy of a Power of Attorney, executed by said company, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In vyit ess Whereof, ave hereunto set my hand and affixed the seal of said Companyat Baltimore, Maryland this day of _C)� sbr----, ---- Corpoi ate Seal: `"ttrtruurp,rr ( / /-/:iiC'G ```v�P,k\oNAL qo, Lisa R. Slater, Secretary % FtINdPower of A�wmey krtn ti OPP O9�ftl9m' =z 1989 o:nE '?"o",FLORIDP O°+` 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 Article 4 — Bonds and Insurance....................................................................................................................... 7 4.01 Licensed Sureties and Insurers..................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds........................................................................ 7 4.03 Certificates of Insurance............................................................................................................... 7 4.04 Contractor's Insurance.................................................................................................................. 9 4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12 Article 5 — Contractor's Responsibilities........................................................................................................12 5.01 Supervision and Superintendent.................................................................................................12 5.02 Labor; Working Hours................................................................................................................13 5.03 Services, Materials, and Equipment...........................................................................................13 5.04 Project Schedule..........................................................................................................................14 5.05 Substitutes and "Or-Equals".......................................................................................................14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors).....................................16 5.07 Concerning Subcontractors, Suppliers, and Others...................................................................16 5.08 Wage Rates..................................................................................................................................18 5.09 Patent Fees and Royalties...........................................................................................................19 5.10 Laws and Regulations.................................................................................................................19 5.11 Use of Site and Other Areas.......................................................................................................19 5.12 Record Documents......................................................................................................................20 5.13 Safety and Protection..................................................................................................................21 5.14 Safety Representative.................................................................................................................21 5.15 Hazard Communication Programs............................................................................................. 22 5.16 Submittals....................................................................................................................................22 5.17 Contractor's General Warranty and Guarantee..........................................................................23 CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification........................................................................................................................... 24 5.19 Delegation of Professional Design Services..............................................................................24 5.20 Right to Audit: ............................................................................................................................ 25 5.21 Nondiscrimination.......................................................................................................................25 Article6 - Other Work at the Site...................................................................................................................26 6.01 Related Work at Site................................................................................................................... 26 Article7 City's Responsibilities...................................................................................................................26 7.01 Inspections, Tests, and Approvals.............................................................................................. 26 7.02 Limitations on City's Responsibilities.......................................................................................26 7.03 Compliance with Safety Program...............................................................................................27 Article 8 - City's Observation Status During Construction...........................................................................27 8.01 City's Project Representative.....................................................................................................27 8.02 Authorized Variations in Work.................................................................................................. 27 8.03 Rejecting Defective Work..........................................................................................................27 8.04 Determinations for Work Performed..........................................................................................28 Article9 - Changes in the Work.....................................................................................................................28 9.01 Authorized Changes in the Work............................................................................................... 28 9.02 Notification to Surety..................................................................................................................28 Article 10 - Change of Contract Price; Change of Contract Time................................................................28 10.01 Change of Contract Price............................................................................................................28 10.02 Change of Contract Time............................................................................................................28 10.03 Delays..........................................................................................................................................28 Article 11- Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29 11.01 Notice of Defects........................................................................................................................29 11.02 Access to Work........................................................................................................................... 29 11.03 Tests and Inspections.................................................................................................................. 29 11.04 Uncovering Work....................................................................................................................... 30 11.05 City May Stop the Work.............................................................................................................30 11.06 Correction or Removal of Defective Work................................................................................30 11.07 Correction Period........................................................................................................................ 30 11.08 City May Correct Defective Work............................................................................................. 31 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 I — DEFINITIONS AND TERNHNOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract —The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents —Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions M. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. 11. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer — An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements —A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non -Participating Change Order —A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order —A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans — See definition of Drawings. 24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 25. Project —The Work to be performed under the Contract Documents. 26. Project Representative —The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours — Hours beginning at 7: 00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non -Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p. m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non -Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4 — BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits o£ a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: NONE Write the name of the railroad company. (If none, then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: NONE Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence:: NONE Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑ Required for this Contract. (Check this box if there is any City Participation) Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. V Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a parry to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 — CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. Developer/Contractor. City will forward all invoices for retests to 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 — MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given i£ 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 011100-1 SUMMARY OF WORK SECTION 01 11 00 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 3 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 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. 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 RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised December 20, 2012 01 11 00 - 2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised December 20, 2012 01 11 00 - 3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL 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 RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised December 20, 2012 012500-1 SUBSTITUTION PROCEDURES SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 4 The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised July 1, 2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised July 1, 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. 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 City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 CPN 105493 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Recommended Not recommended By Date Remarks Date Rej ected Recommended Received late RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 CPN 105493 SECTION 01 31 19 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013119-1 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. 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. 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 execution of the Agreement and before Work is started. 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. Project Representative 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 RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised August 17, 2012 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals in. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised August 17, 2012 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL 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 RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised August 17, 2012 013120-1 PROJECT MEETINGS Page 1 of 3 SECTION 01 31 20 PROJECT MEETINGS [Specifier: This Specification is intended for use on projects designated as Tier 3 or Tier 4.] PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations 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 IWANNW41W.107Z%140IBlel89,11Zy0411171f.I 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. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre -Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised July 1, 2011 013120-2 PROJECT MEETINGS Page 2 of 3 a. Contractor b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised July 1, 2011 013120-3 PROJECT MEETINGS Page 3 of 3 p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 CPN 105493 0132 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Pagel of 5 1 SECTION 0132 16.1 2 CONSTRUCTION SCHEDULE - BASELINE EXAMPLE 3 PART1- GENERAL 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 The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the baseline for the project. This version of the schedule is referred to as a "baseline" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a baseline schedule. See CFW Specification 0132 16 Construction Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised August 13, 2021 �c 0 CFW - Integrated Program �+ yttviry w � ettiviry iva me O No FTW - Project Manager Project Schedule uu I nu otaic I rinisn I rredecesscl sucessors 434 434 02-Apr-18 17 E-19 I Pre -Construction 38 38 02-Apr-18 23May-18 8200 Award Construction Contract 0 0 02-Apr-18 8210 SW Pollution Prevention Plan (Contractor Prepare and Submit) 10 10 02-Apr-18 13Apr-18 8200 8220 Site VValkThrough 1 1 02-Apr-18 02-Apr-18 8200 82 PrwCon Sruction 38 38 02-Apr-18 23-May-18 8230 Notice To ProceedtPreConstmdion Meeting 1 1 17-Apr-18 17-Apr -18 8220 8240 Pre -Con ruction -Public Meeting 1 1 25-Apr-18 25-Apr-18 8230 8250 Mobilization 20 20 26-Apr-18 23May-18 8240 Construction Contract Execution 230 230 03Mi 18 01-Apr-19 83 Consludion 230 230 03Mi18 01-Apr-19 street 90 90 03Mi18 10-Sep-18 Water &Storm 40 40 03-Mi 18 28-J-18 3010 Temp Water 10 10 03Mi18 16-May-18 3000 3000 Constructor Start 0 0 03-Mey-18 8240 3020 Lay 8'' water and seMces 25 25 17-May-18+21-JJn-18 3010 3030 Toy p Paving Repair 5 5 22-Jurr18 2&JJrr18 3020 Paving. 45 45 0&,LF18=0-Sep-18 3040 Exravatlon 5 5 09-1 18 13Jul-18 3030 3050 Stabl¢ahon 5 5 I 16J1F18 20-Jul-18 3040 3060 Paving 30 30 23 J�N8 ?I-Aug-18 3050 3070 Flat Work 20 20 06-Aug-18 31-Aug-18 3060 3080 Clean up 10 10 27-Aug18 10.Sep-18 3070 3090 Street 1 Complete 0 0 101 3080 Street 2 113 113 29-Jurr18 14Dec 18 Water &Storm 3100 Toy Water 63 10 63 10 29-Jun-18 29- Jun -18 27- Son -18 13Ju1-18 3030 p 3110 Lay 8'' water and services 3120 Temp Pavng Repair 3130 Lay 8'' Sewer and Sernces 3140 Temp Pavng Repair 15 15 1111-i8 03-Aug-18 3100 5 5 06-Aug-18 10-Aug-18 3110 8 8 13-Aug18 22-Aug13 13120 5 5 23Aug-18 23Aug18 3130 3150 Storm Drain & Structures 20 20 30-Aug-18 27Sep-18 3140 Paving ■ 45 45 05-Oct-18 10 Dec-18 ■ 3160 Excavation 5 i 5 1 05-Oct-18 11-01-18 3150 3170 Stablizatlon 55 5�12-OOct-18-Oct-18 18-Oct18 3160 Actual Work • • Milestone Remaining Work • • Critical Milestone Critical Remaining Work • • Completed Milestone 8210, 8220 18230 8240 3000, 8250 3310 — �10 21T 3010, 8500 3030 3040, 3100 3050 3060 307Q 3180 3080 373 go 8510 3110 3120 3130 3140 3150,3220 3160 3170 250 13180 Data Date: 30-Mar-18 Ictal tutu 2uta 2u2 Flcat M AIMIJIJuIIAISIOINID JIFIMIAIMIJIJullAISIOINID JI 0 I I I I 396 0 � ; 424 F 0 396 - - - - 0 0 __________ __ - ____----- _'----- - 81 ............ j g I I I I 140 0 p Y4Y3, 110 0 — - - •_ ' _ __________ __ - __________'_____ - 110 -- - 140 140 --------- ------ --- ----- ----_ - iT 0 I 0 0 0 I I 67 —. -- -------- ---- - - ----- ---------------------- -------- __--- 77 67 77 Remainin... Actual Lev... CIP-01B - Neighborhood Street Project Ba... Construction Baseline Schedule Example FORT WORTH® 00 CFW - Integrated Program Aarvity iu ectivi[y Name w 3180 1 Paving 20 3190 Flat Work 20 3100 Clean up 10 3210 Street 2 Complete 0 Street 80 Water & Sloan i 13 ?qn TPnnin tar 4 3230 Lay 8'' water and sofvco� 8 3240 1 Temp Pavng Repair 1 Paving 50 3250 3260 3270 3280 Excavation Stablization Pavng Flat Work 5 5 20 20 3290 Clean up 10 3300 Street 3 Complete 0 Street 4 Water &Storm 3310 Temp Water 3320 Lay 8'' water and services 13, 69 6 20 3 3330 Temp Paving Repair 3340 Lay 8'' Sewer Lines L-3203 & L-8346 and Services 20 3350 Lay 8'' Sewer Lines L-3212 & L-8355 and Services 15 3360 Temp Paving Repair 5 Paving _ 60 3370 3380 Excavation Stablization 10 10 3390 Paving 20 3400 at Work 20 3410 Clean up 10 3420 Street 4 Complete/Substantial Complete 0 Inspections 85 8500 Inspection 8520 I Coy plate Punch List Tasks Actual Work • Remaining Work O Critical Remaining Work • 275 225 10 + Project Schedule MU I Jtatt 20 19 Oct18 20 02 Nov-18 10 27-Nov-18 0 80 30-Aug18 13 30-Arl 4 30-Ari 8 06-Se&18 1 18-Sep 18 50 12-Oct 18 5 12-Oct-18 5 19-Oct-18 20 26-Oct-18 20 15-Nov-18 10 11-Dea 18 0 134 1 &Sep-18 69 13Sep-18 6 1&Sep 18 20 27-Sep-18 3 25-Oct-18 20 30-Oct-18 15 &N-18 5 2CDec 18 60 07-Jan-19 10 07-Jan-19 10 22-Jan-19 20 05-Feb-19 20 25Feb-19 10 19Mar-19 0 276 03May-18 276 03-May-18 225 03May-13 10 02-Apr-19 30 1 16-Apr-19 O Milestone Remainin... O Critical Milestone Actual Lev... • Completed Milestone Project Ba... Data Date: 30-Mar-18 riym rredecessc sucessors Iota) tutu 2ula tutu Float M A M J J A S O N D I I I lal I I I I J F M A M J J A S O N D J F I I I I I lal I I I I I 15-Nov-18 1 3170, 2R 12190 77 03Dec18 3180 ' 3200 77 10-Deo-18 3190 3210 77 ' - 10-Dec18 3200 8510 77 ------ r ---------- ----- - ------ ------ 24-Dec18- 67',, 1&Sep-18 0 OSSep-18 3140 3230 0 _________ _ _--__----_;----- - 17Sep -18 13220 3240 0 18-Sep-18 3230 3250, 3310 0 24-Dec-18 T� 67 18-Oct-18 3240, 31t 3260 67 25-Oct18 3250 3270 67 �------ _ 26-Nov-18 3260 3280 -- -- 67 ___ - �' - -�' - --------_—___- ---_--- - --------------- ------- - - -' - _-' 17-Dec 18 3270 3290 57 24-Dec-18 3280 3300 57 I---------- -' --'- - -' - 24-Dec-18 3290 8510 67 ' 01-Apr-19 0 27-Dec-18 I�0 26-Sep-18 3240, 82! 3320 0 -1' -- ---s' ----- -', ---- - - ' 24-Oct-18 3310 3330 0',', 2&Oct-18 3320 3340 0 2&Nov-18 3330 3350 --- ----- '---�-- __---- -- - 0 ------ ;'------;'----_,-1' ------ --- 1' 1&De&18 3340 3360 0 27-Dec18 3350 3370 0' 01-Apr-19 _ _____ _ -____.._ __._ ________ _________ ___________________ _, -__ 18-mi 3360 3380 0 04-Feb-19 3370 3390 04-Mar-19 3380 3400 ---- ----- _--- _--__---- -- ----- - 0 1' _- 25Mar-19 3390 3410 0 01-Apr-19 3400 3420 0, 01-Apr-19 3410 8510 ----_----- _------ --- 0 -- ------------- ---- �I OSJJ n-19 'Gf 05-Ji n-19 0 ��I'----------1-----�----1 25Mar-19 3000 ' 8510 5 15-Apr-19 3420, 33r 2&May-19 8510 8530 0 CIP-01B - Neighborhood Street FORT WORTH! rn Construction Baseline Schedule Example uA CFW - Integrated Program ActNity l u Project Schedule Data Date: 30-Mar-18 Actia na— VU KU JTa It "'I" YY2dace55[ SLIWaSS Iota) tutu 2ulu tutu Float MI AI MIJIJwIAIs 0INIDIJIFIMIAIM J11,1AISAlNIDIJIF 8530 Final Welk Through for Completed Punch List Tasl6 1 I 1 05-Juni I 05-J-19 18520 18540 I 0 8540 Corl±ion Final Completion 0 0 05-Jin 8530 9100, 9110 0 Closeout 135 135 06-Jun-19 17-Deo-19 0 90 Closeout 135 135 06-Jun-19 17-Dec 19 0 I1111II Construction Contract Close-out 135 135 06-Jun-19 17-Deo-19 _ 0 As-ButSurvey 5 5 06-Jun-19 12-Jin-19 25 9100 AsBuilt Survey (Submitted by Contractor) 5 5 05-Juni i 12-J-19 8540 9110 I 25 ;___ contract Closeout 135 135 06-1uo-197-Deo-19 — i 9110 Contract Reconciliation 30 30 06-Juni 18-Jul-19 '9100 85= 9120 0 9120 Submittals (ProCloseout Documentation) 38 38 1`}J.It19 11Sep-19 i.9110 9130 0 �I I fI 9130 9140 Final Construction Contract Invoice Paid 9150 Construt 9160 Lessons Actual Work O O Milestone Remaining Work O O Critical Milestone Critical Remaining Work • • Completed Milestone M 23-Od-19 9120 9140 -0 ' 14-No+r19 14-Nw-19 9130 9150 0, 14-Nrn-19 9140 9160 G- - _-- �' - __1I I - _-' 17 Dec 19 17-Dec 19 9150 0 o Remainin... FORT WORTH. 00 Actual Lev... CIP-01B - Neighborhood Street Project Ba... Construction Baseline Schedule Example dA A O DATE July 20, 2018 0132 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 5 of 5 END OF SECTION NAME M. Jarrell Initial Issue Revision Log SUMMARY OF CHANGE May 7, 2021 M Owen Revised name due to revising the schedule specification CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised August 13, 2021 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 0132 16.2 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Pagel of 5 SECTION 0132 16.2 CONSTRUCTION SCHEDULE - PROGRESS EXAMPLE PART1- GENERAL The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the progress for the project. This version of the schedule is referred to as a "progress" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a progress schedule. See CFW Specification 0132 16 Construction Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised August 13, 2021 H ~c 0 CFW - Integrated Program H �+ yttviry 1u � ettiviry iva me O No FTW - Project Manager Project Schedule Data Date: 30-Apr-18 w I u I rnys�caiio eurroteaotart ezrrolearinisn otarc rinisn ictai vanance-IJ� lute turn CA mplete Eloat Finish [Date `"IJlL� JI'1 lAl WjL� 432 411 102Apr-18 117 Doc 19 02Apr-18A I 130ec-19 0 2 Pre -Construction 38 11 02-Apr-18 23May-18 02-Apr-18A 15May-18 400 6 8200 Award Construction Contrail 0 0 100% 102Apr-18 02Apr-18A-- 8220 Site VValkThrough 1 0 100% 02Apr-18 02- Apr -18 02- Apr -18A 02- Apr -18A 0 ' 8210 SW Pollution Prevention Plan (Contractor Prepare and Submity 10 0 100°5 02Apr-18 13Apr-18 02Apr-18A 13-Apr-18 A 0 8230 Notice To ProceeciPreConstruQlOn Meeting 1 0 100% 17-Apr-18 17-Apr-18 17-Apr-18A 17-Apr-18A 0 j - - 8240 Pre -Construction - Public Meeting 1 0 10095 25Apr-18 25-Apr 18 1&Apr-18A 19-Apr-18A 4 82 Pre -Construction 38 11 0% 02-Apr-18 23Mar-18 02-Apr-18A 16May-18 85 5 8250 Medication 20 11 50% 26-Apr-18 23-May-18 18-Apr-18A 15-May-18 85 6 Constrwtlon Contract Execution 220 230 03May-18 01-Apr-19 01avlay-18 2&Mar-Mar 0 2 83 conshu dion 230 230 0% 03May-18 01-Apr-19 014vlay-18 2&Mar-19 0 2 street 90 90 03Ma-18 10-Se 18 01avla 18 OSSe 18 140 2 y P 1 3 P Water &Starin 40 40 1 03May-18 2&,L o-18 014vlay-18 26-L rF18 0 2 I 3000 Construction Start 0 0 1 D46 03May-18 01avley-18 0 2 3010 Tern VVater 10 10 0% 03May-18 16-MW18 01-May-18 14-MEW18 0 2 I-- ------------ ��'-----� 3020 Lay 8'' water and sevices 25 25 0% 17-May-18 21-JJn-18 15-May-18 19-JJn-18 0 2 —; 3030 Temp Paving Repair 5 5 040 22-Jun-18 2&,L rr18 20-Jun-18 26-ll rr18 0 2 Paving. 45 45 l 09-Juk18 10-Seg18 O5Juk18 05-Sep-18 140 3040 Excavation 5 5 0% �09-Jul-18 13,llF18 0`Juk18 11-Jull 110 2 3050 Stablization 5 5 0% 1&Jull 20-JLM 12JuF18�2'98Au,'188 Ju2110 2 3060 Pamng 30 30 0% 23Jul 31-Aug18 1&Jukl8 110 2 -----3071 Flat Work 20 20 T 046 Of Aug-18 31-Aug17 02-Aug1829-Aug18 140 2 3080 Clean up 10 10 0% 27-Aug-18 10-Seg18� 23Aug18OFSep-18 140 2 . --- - ----- ----- 3090 Street 1 Complete 0 0 1 0%. 10-Sep-18-1 06-Sep-18 140 2 1 i Street 113 113 2&Jun-18 14�o-18 27.Jurr18 060ec-18 77 Water &Slam 63 63 2&Jun-18 27-Sep -18 27.Jun-18 25 Sep 67 1 3100 Temp Water 10 10 0% 2&Jun-18 13Ji 3110 La 3120 Tem 3130 La 3140 Tern 8'' water and services p Pavng Repair 8'' Sewer and Seances p Pavng Repair 15 15 0% 16-Jull 03-A 5 5 0% 06-Aug18 10-A 8 8 0% 13Aug18 22A 5 5 0% 23Aug-18 29-A F18 27.Jurr18 11-Jull 0 2 ug18 121u F18 01-Aug18 0 2 ug18 02 Aug-18 0&Aug18 0 2 ug18 09-Aug18 Aug-18 0 2 ug-18 21-Aug 27-Au918 0 2 e 18 28-Au 18 9SSer.18 1 67 3150 Storm Orain & Structures 20 20 0% 30-Aug18 27 Sep g- Paving ■ 45 45 05Oct 18 10-Dwo-18 03-Od 18 3160 Exnvation 5 i 5 0% ! O5Oat 18 i 11-Oct-18 03-0ct-18 3170 I Stablizatlon 5 I 5 dR6 112Oct 18 118-Oct 18 10 Oct18 Actual Work • • Milestone Remaining Work • • Critical Milestone Critical Remaining Work • • Completed Milestone 060ec-18 77 2 09- Oct -18 67 2 16-0c[-18 77 2 Remainin... Actual Lev... CIP-01P - Neighborhood Street Project Ba... Construction Progress Schedule Example FORT WORTH® N 0 0 N N W CFW - Integrated Program Project Schedule cnAl Narne w t� -iyr_a o o?art �.-e,ett -inisi ��_-'o.ec. Complete 3180 Paang 20 20 � 19Oct 18 115-Nov-18 3190 Flat Work 20 20 0% 102-Nw-18 03-Deo-18 3200 Clean up 10 10 046 27-Nw-18 '10-Dea18 3210 Street 2 Complete 0 0 0% *D- c18 Street 3 80 80 30-Aug-18 24-Dec18 Water &Storm 13 13 , 30-Aug-18 18-Sep-18 3220 Temp Water 4 4 0% 30-Aug-18 0`S.p 18 3230 1Lay 8" water end seMaeS S 8 046 6-Sep-18 17-Sep 18 3240 Temp Pawng Repair 1 1 046 1&Sep-18 1&SeC18 Paving. 7 12-Oct-18 24Deo-18 3250 Excavation 5 5 C% 12-Oct.18 18-Oct-18 3260 Stablizatlon 5 -5 0% 19-Oct-18 25-Oct18 I 3270 Parong 20 20 0% 260ct-18 26-Nov-18 3280 Flat Work 20 20 0% 16-Nov-18 17-[)go-18 3290 Clean up -10 10 0% 11Dec 18 24-Dwo-18 3300 Street 3 Complete 0 0 0% 24-Dec18 Street 134 134 ,__]W119Sep 8 01-Apr-19 Water &Storm 69 69 1JJW 19-Sep-18 27-Dec18 3310 Temp Water 6 6 0% 19Sep-18 26-Se ,18 315110 Lay 8lf water and services 20 20 A 274p-18 1L4-04-18 r 3330 Temp Paving Pepair 3 3, 0% 250ct-18 2&Oct-18 3340 Lay 8" Sewer Lines L-3203 & L-8346 and Services 20 20 0% 30-O F 18 28-Nov-18 3350 Lay 8'' Sewer Lines L-3212 & L-8355 and Services 15 15 0% 29Nov-18 19Do-18 3360 Temp Pawing Repair 5 5 0.% 20-Dec-IS 27 Dec 18 Paving 60� 60 � 07-Jan-19 01-Apr-19 3370 Excavation 10 _JM 10 0% 07-Jan-19 18-fin-19 r 3380 Stablization 10 10 0% 22-Jan-19 04-Feb-19 3390 Paving 20 20 0% 05-Feb19 04-Mar-19 3400 Flat Work 20 20 0% 26-Feb19 25-Mar-19 3410 Clean up 10 10 0% 19Mar19. 01-Apr-19 3420 Streomplete/Substantial Complete Street 0 0 Q% 01-Apr-19 Inspections 276 276 03May-18 O5_Jarr19 8500 Inspection 225 225 090 03May-18 25-Mar-19 i 8t1U Hnal l nspection 1U 1U U96 U2-Apr-19 1t-Apr-19 8520 Com plate Punch List Tasks 30 30 0% 16-Apr-19 28-May-19 i 8540 Constru lion Final Completion 0 I 0 0%I0 5-,L n-19 Actual Work O Remaining Work O Critical Remaining Work • 17Oct 18 31-0ct18 21-Noy 18 28-Aug18 2&Aug-18 2&Aug18 04Sep 18 14Sep 18 10-Oct 18 10-Oct-18 17-Oct18 24-Oct-18 14-Nov 18 07-Dec--18 17Sep 18 17-Sep-18 17Sep 18 25-Sep-�63 23-0ct-18 25-Od 18 27-Nov-18 18iDee 18 03-Jan-19 03-Jan-19 17-Jan-19 01-Feb19 22Feb 19 15-Mar-19 01-may-18 01-May-18 29�ar-19 12-Apr-19 Data Date: 30-Apr-18 13 w-18 77 2 29rdNov-18 77 2 I %-Dec-18 77 2 = 063ec-18 77 2 20-Dec-18 67 .2 14-Sep-18 01 - 31-Aug18 0 2 1ISIP -18 0 2 14Sep-18 0 2 _ 20-Dec-18 67r 2 16-0ct-18 67 2', 23-Oct18 67 2 20-Nw-18 61 2 - -- _ 13-Dec-18 67 2 20-Dec-18 67 2 20 Dec18 67 2 i 2111ar19 0 2 24-Dec-18 2 2 24Sep-18 0 2 - _ ____._ -' -- 26-6ct-18 6 2 25-0ct-18 0 2 25-Nw-18 0 -2 -- 17-Dec -18 0 2 24-Dec-18 0 2' 2&Mar-19 0 2-1. - _ _ -- -,, 16-Jan-19 0 2 31-Jan-19 0 2 28-Feb19 0 2 -- ' 21-Mar-19 0 2 28Mama 0 2 28-Mar19 0 2 03�A1 rr19 01 21-Mar-19 5 2 I 11-Apr-19 U 2 - ---- 23-May-19 6 2', 03�11 rr1fl OI 2 O Milestone Remainin... FORT WORTH. uo O Critical Milestone Actual Lev... CIP-01P - Neighborhood Street • Completed Milestone Project Ba... Construction Progress Schedule Example CFW - Integrated Program I Project Schedule y lu ActmM1y Name OU KU CL F'roJec[ Start tlL YroJec[ Finlsn Marc Fmlh I I I Complete, I I I I 8530 Final WalkThrough for Completed Punch List Tasks 1 1 0% 05-Jun-19 �05-J1n-19 I 03-Jun-19 03-J1n-19 85 Inspection 275 276 T 0% 03May-18 05-Jtrr19 —v 01-May-18 03-llrr19 Closeout 135 135 06-Jun-19 17D-19 04-Jun-19 13De&19 90 Closeout 135 135 0% 06-Ju -19 17-Deo-19 04-Jun-19 13De&19 Construction Contract Closeout 135 135 06J-19 17 Doc 19 04-Jun-19 13Di9 As-BultSurvey 5 5 O6-Jun-19 12-Jan-19 04-Jun-19 10-Jan-19 9100 As -Built Survey(Suhmltted Contractor) 5 5 0% 06-Jun-19 12-J1n-19 04-Jun-19 i 10-J1n-19 Contract Ckseo[R 135 135 06-Ju -19 17 D-19 04-Jun-19 --E13Dos 19 9110 Contract Reconciliation 30 30 0% 06J-19 18-,LN9 04-Jun-19 16-Jul19 9120 Submlttals(ProLect Closeout Documentation) 36 38 0% 19-Jul-19 11-Sep-19 17Ju1 9 09-Sep-19 9130 Notice of Completion/Green Sheet 0 0 0% 23Oct-19 21-Oct-19 9140 Final Construction Contract Invoice Paid 1 1 0% 14-Nov-19- 14-Nov-19 12-Nov-19 12-Nov-19 9150 Construction Contract nosed _0 0 09'v 14-Nov-19 1�Naa-19 9160 Lessons Learned 1 1 bib 17-0 Jsi 17-D c 19 13Deo-19 13Doc 19 Data Date: 30-Apr-18 mtoI-nance-IL At I Lulu Float Finish Date w,IdlJIJIAlIIIL JII I JIJIAlI INL JI 0 2 0 2 0 2 0 0 2 25 2 25 2 0 2 0 2 0 2 I I I 0 2 0 2 0 2 I I I Actual Work O O Milestone o Remainin... - CIP01P Neighborhood Street FORT WORTH,, Remaining Work O O Critical Milestone Actual Le✓... -- D Critical Remaining Work • ♦ Completed Milestone Project Ba... Construction Progress Schedule Example DATE July 20, 2018 0132 16.2 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 5 of 5 END OF SECTION NAME M. Jarrell Initial Issue Revision Log SUMMARY OF CHANGE May 7, 2021 M Owen Revised name due to revising the schedule specification CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised August 13, 2021 0132 16.3 —PROGRESS NARRATIVE Page 1 of 1 SECTION 0132 16.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Date Issued: Project Name: Contractor Company Name: City Project No: Contractor Schedule Contact: City Project Manager: A. List of activities changed in the reporting period. 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) B. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) C. List any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) City of Fort Worth, Texas Construction Project Schedule Narrative Report for CFW Projects Revised August 13, 2021 Page 1 of 1 01 3216 -1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 1 SECTION 0132 16 2 CONSTRUCTION SCHEDULE 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 D. Purpose 16 The City of Fort Worth (City) is committed to delivering quality, cost-effective 17 infrastructure to its citizens in a timely manner. Akey tool to achieve this purpose is a 18 properly structured schedule with accurate updates. This supports effective monitoring 19 of progress and is input to critical decision making by the project manager throughout 20 the life of the project. Data from the updated project schedule is utilized in status 21 reporting to various levels of the City organization and the citizenry. 22 23 This Document complements the City's Standard Agreement to guide the construction 24 contractor (Contractor) in preparing and submitting acceptable schedules for use by the 25 City in project delivery. The expectation is the performance of the work follows the 26 accepted schedule and adhere to the contractual timeline. 27 28 The Contractor will designate a qualified representative (Project Scheduler) responsible 29 for developing and updating the schedule and preparing status reporting as required by 30 the City. 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A. Measurement and Payment 33 1. Work associated with this Item is considered subsidiary to the various items bid. 34 No separate payment will be allowed for this Item. 35 2. Non-compliance with this specification is grounds for City to withhold payment of 36 the Contractor's invoices until Contractor achieves said compliance. 37 1.3 REFERENCES 38 A. Project Schedules CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised August 13, 2021 01 3216 - 2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 1 Each project is represented by City's master project schedule that encompasses the 2 entire scope of activities envisioned by the City to properly deliver the work. When the 3 City contracts with a Contractor to perform construction of the Work, the Contractor 4 will develop and maintain a schedule for their scope of work in alignment with the 5 City's standard schedule requirements as defined herein. The data and information of 6 each such schedule will be leveraged and become integral in the master project 7 schedule as deemed appropriate by the City's Project Control Specialist and approved 8 by the City's Project Manager. 10 1. Master Project Schedule 11 The master project schedule is a holistic representation of the scheduled activities 12 and milestones for the total project and be Critical Path Method (CPM) based. The 13 City's Project Manager is accountable for oversight of the development and 14 maintaining a master project schedule for each project. When the City contracts for 15 the design and/or construction of the project, the master project schedule will 16 incorporate elements of the Design and Construction schedules as deemed 17 appropriate by the City's Project Control Specialist. The assigned City Project 18 Control Specialist creates and maintains the master project schedule in P6 (City's 19 scheduling software). 20 21 2. Construction Schedule 22 The Contractor is responsible for developing and maintaining a schedule for the 23 scope of the Contractor's contractual requirements. The Contractor will issue an 24 initial schedule for review and acceptance by the City's Project Control Specialist 25 and the City's Project Manager as a baseline schedule for Contractor's scope of 26 work. Contractor will issue current, accurate updates of their schedule (Progress 27 Schedule) to the City at the end of each month throughout the life of their work. 28 B. Schedule Tiers 29 The City has a portfolio of projects that vary widely in size, complexity and content 30 requiring different scheduling to effectively deliver each project. The City uses a 31 "tiered" approach to align the proper schedule with the criteria for each project. The 32 City's Project Manager determines the appropriate schedule tier for each project, and 33 includes that designation and the associated requirements in the Contractor's scope of 34 work. The following is a summary of the "tiers". 35 36 1. Tier 1: Small Size and Short Duration Project (design not required) 37 The City develops and maintains a Master Project Schedule for the project. No 38 schedule submittal is required from Contractor. City's Project Control Specialist 39 acquires any necessary schedule status data or information through discussions with 40 the respective party on an as -needed basis. 41 42 2. Tier 2: Small Size and Short to Medium Duration Project 43 The City develops and maintains a Master Project Schedule for the project. The 44 Contractor identifies "start" and "finish" milestone dates on key elements of their 45 work as agreed with the City's Project Manager at the kickoff of their work effort. 46 The Contractor issues to the City, updates to the "start" and "finish" dates for such 47 milestones at the end of each month throughout the life of their work on the project. 48 49 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised August 13, 2021 01 3216 - 3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 1 The City develops and maintains a Master Project Schedule for the project. The 2 Contractor develops a Baseline Schedule and maintains the schedule of their 3 respective scope of work on the project at a level of detail (generally Level 3) and in 4 alignment with the WBS structure in Section I AH as agreed by the Project 5 Manager. The Contractor issues to the City, updates of their respective schedule 6 (Progress Schedule) at the end of each month throughout the life of their work on the 7 project. 8 C. Schedule Types 9 Project delivery for the City utilizes two types of schedules as noted below. The City 10 develops and maintains a Master Project Schedule as a "baseline" schedule and issue 11 monthly updates to the City Project Manager (end of each month) as a "progress" 12 schedule. The Contractor prepares and submits each schedule type to fulfill their 13 c ontractual requirements. 14 15 1. Baseline Schedule 16 The Contractor develops and submits to the City, an initial schedule for their scope 17 of work in alignment with this specification. Once reviewed and accepted by the 18 City, it becomes the `Baseline" schedule and is the basis against which all progress 19 is measured. The baseline schedule willbe updated when there is a change or 20 addition to the scope of work impacting the duration of the work, and only after 21 receipt of a duly authorized change order issued by the City. In the event progress is 22 significantly behind schedule, the City's Project Manager may authorize an update 23 to the baseline schedule to facilitate a more practical evaluation of progress. An 24 example of a Baseline Schedule is provided in Specification 01 32 16.1 25 Construction Project Schedule Baseline Example. 26 27 2. Progress Schedule 28 The Contractor updates their schedule at the end of each month to represent the 29 progress achieved in the work which includes any impact from authorized changes 30 in the work. The updated schedule must accurately reflect the current status of the 31 work at that point in time and is referred to as the "Progress Schedule". The City's 32 Project Manager and Project Control Specialist reviews and accepts each progress 33 schedule. In the event a progress schedule is deemed not acceptable, the 34 unacceptable issues are identified by the City within 5 working days and the 35 Contractor must provide an acceptable progress schedule within 5 working days 36 after receipt of non -acceptance notification. An example of a Progress Schedule is 37 provided in Specification 01 32 16.2 Construction Project Schedule Progress 38 Example. 39 D. City Standard Schedule requirements 40 The following is an overview of the methodology for developing and maintaining a 41 schedule for delivery of a project. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised August 13, 2021 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 3216 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 1. Schedule Framework - The schedule will be based on the defined scope of work and follow the (Critical Path Methodology) CPM method. The Contractor's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Compliance with cost loading can be provided with traditional cost loading of line items OR a projected cost per month for the project when the initial schedule is submitted, updated on a quarterly basis is significant change is anticipated. Overall schedule duration will align with the contractual requirements for the respective scope of work and be reflected in City's Master Project Schedule. The Project Number and Name of the Project is required on each schedule and must match the City's project data. E. Schedule File Name All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name of theproject followed by baseline (if a baseline schedule) or the year and m onth (if a progress schedule), as shown below. • Baseline Schedule File Name Format: City Project Number Project Name _Baseline Example: 101376 North Montgomery Street HMAC_Baseline • Progress Schedule File Name Format: City Project Number Project Name _YYYW MM Example: 101376 North Montgomery Street HMAC_2018_01 • Project Schedule Progress Narrative File Name Format: City Project Number _Project Name PN_YYYY-MM Example: 101376 North Montgomery Street HMAC_PN 2018_01 F. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. • Arterials • Aviation • Neighborhood Streets • Sidewalks (later) • Quiet Zones (later) • Street Lights (later) • Intersection Improvements (later) • Parks • Storm water • Street Maintenance • Traffic • Water G. Schedule Calendar CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised August 13, 2021 01 3216 - 5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 1 The City's standard calendar for schedule development purposes is based on a 5-day 2 workweek and accounts for the City's eight standard holidays (New Years, Martin 3 Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving, 4 Christmas). The Contractor will establish a schedule calendar as part of the schedule 5 development process and provide to the Project Control Specialist as part of the basis 6 for their schedule. Variations between the City's calendar and the Contractor's 7 calendar must be resolved prior to the City's acceptance of their Baseline project 8 schedule. 10 H. WBS & Milestone Standards for Schedule Development 11 The scope of work to be accomplished by the Contractor is represented in the schedule 12 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the 13 development of the schedule activities and shall be imbedded and depicted in the 14 schedule. 15 16 The following is a summary of the standards to be followed in preparing and 17 maintaining a schedule for project delivery. 18 19 1. Contractor is required to utilize the City's WBS structure and respective 20 project type template for "Construction" as shown in Section 1.4.1-lbelow. 21 Additional activities may be added to Levels 1 - 4 to accommodate the needs 22 of the organization executing the work. Specifically the Contractor will add 23 activities under WBS XXXXXX.80.83 "Construction Execution" that 24 delineates the activities associated with the various components of the work. 25 26 2. Contractor is required to adhere to the City's Standard Milestones as shown 27 in Section 1.4.I below. Contractorwillinclude additional milestones 28 representing intermediate deliverables as required to accurately reflect their 29 scope of work. 30 31 I. Schedule Activities 32 Activities are the discrete elements of work that make up the schedule. They will be 33 organized under the umbrella of the WBS. Activity descriptions should adequately 34 describe the activity, and in some cases the extent of the activity. All activities are 35 logically tied with a predecessor and a successor. The only exception to this rule is for 36 "project start" and "project finish" milestones. 37 38 The activity duration is based on the physical amount of work to be performed for the 39 stated activity, with a maximum duration of 20 working days OR a continuous activity 40 in one location. If the work for any one activity exceeds 20 days, break that activity 41 down incrementally to achieve this duration constraint. Any exception to this requires 42 review and acceptance by the City's Project Control Specialist. 43 44 J. Change Orders 45 When a Change Order is issued by the City, the impact is incorporated into the 46 previously accepted baseline schedule as an update, to clearly show impact to the 47 project timeline. The Contractor submits this updated baseline schedule to the City for CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised August 13, 2021 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 01 3216 - 6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: 1. Time extensions associated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed, unless otherwise approved by the Program Manager. 2. The re-baselined schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved Change Order. 3. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until accepted by the City. K City's Work Breakdown Structure WBS Code WBS Name XXXXXX Project Name XXXXXX.30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 Conceptual Design (3 0%) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmental XXXXXX.30.60 Permits XXXXXX.30.60.10 Permits - Identification XXXXXX.30.60.20 Permits - Review/Approve XXXXXX.40 ROW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX.70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX.80 Construction XXXXXX.80.81 Bid and Award XXXXXX.80.83 Construction Execution XXXXXX. 80. 85 Inspection XXXXXX.80.86 Landscaping XXXXXX.90 Closeout XXXXXX.90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure L. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised August 13, 2021 01 3216 - 7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 1 Activity ID Activitv Name 2 Design 3 3020 Award Design Agreement 4 3040 Issue Notice to Proceed - Design Engineer 5 3100 Design Kick-off Meeting 6 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, 7 Water & Sewer 8 3150 Peer Review Meeting/Design Review meeting (technical) 9 3160 Conduct Design Public Meeting #1 (required) 10 3170 Conceptual Design Complete 11 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, 12 Parks, Storm Water, Water & Sewer 13 3250 Conduct Design Public Meeting #2 (required) 14 3260 Preliminary Design Complete 15 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, 16 Water & Sewer 17 3330 Conduct Design Public Meeting #3 (if required) 18 3360 Final Design Complete 19 ROW & Easements 20 4000 Right of Way Start 21 4230 Right of Way Complete 22 Utility Relocation 23 7000 Utilities Start 24 7120 Utilities Cleared/Complete 25 Construction 26 Bid and Award 27 8110 Start Advertisement 28 8150 Conduct Bid Opening 29 8240 Award Construction Contract 30 Construction Execution 31 8330 Conduct Construction Public Meeting #4 Pre -Construction 32 8350 Construction Start 33 8370 Substantial Completion 34 8540 Construction Completion 35 9130 Notice of Completion/Green Sheet 36 9150 Construction Contract Closed 37 9420 Design Contract Closed 38 39 1.4 SUBMITTALS 40 A. Schedule Submittal & Review 41 The City's Project Manager is responsible for reviews and acceptance of the Contractor's 42 schedule. The City's Project Control Specialist is responsible for ensuring alignment of 43 the Contractor's baseline and progress schedules with the Master Project Schedule as 44 support to the City's Project Manager. The City reviews and accepts or rejects the 45 schedule within ten workdays of Contractor's submittal. 46 CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised August 13, 2021 01 3216 - 8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 1 1. Schedule Format 2 The Contractor will submit each schedule in two electronic forms, one in native file 3 format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document 4 management system in the location dedicated for this purpose and identified by the 5 Project Manager. In the event the Contractor does not use Primavera P6 or MS 6 Project for scheduling purposes, the schedule information must be submitted in .xls or 7 .xlsx format in compliance with the sample layout (See Specification 0132 16.1 8 Construction Project Schedule Baseline Example), including activity predecessors, 9 successors and total float. 10 11 2. Initial & Baseline Schedule 12 The Contractor will develop their schedule for their scope of work and submit their 13 initial schedule in electronic form (in the file formats noted above), in the City's 14 document management system in the location dedicated for this purpose at least 5 15 working days prior to Pre Construction Meeting. 16 17 The City's Project Manager and Project Control Specialist review this initial schedule 18 to determine alignment with the City's Master Project Schedule, including format & 19 WBS structure. Following the City's review, feedback is provided to the Contractor 20 for their use in finalizing their initial schedule and issuing (within five workdays) their 21 Baseline Schedule for final review and acceptance by the City. 22 23 3. Progress Schedule 24 The Contractor will update and issue their project schedule (Progress Schedule) by the 25 last day of each month throughout the life of their work on the project. The Progress 26 Schedule is submitted in electronic form as noted above, in the City's document 27 management system in the location dedicated for this purpose. 28 29 The City's Project Control team reviews each Progress Schedule for data and 30 information that support the assessment of the update to the schedule. In the event 31 data or information is missing or incomplete, the Project Controls Specialist 32 communicates directly with the Contractor's scheduler for providing same. The 33 Contractor re -submits the corrected Progress Schedule within S workdays, following 34 the submittal process noted above. The City's Project Manager and Project Control 35 Specialist review the Contractor's progress schedule for acceptance and to monitor 36 performance and progress. 37 38 The following list of items are required to ensure proper status information is 39 contained in the Progress Schedule. 40 • Baseline Start date 41 • Baseline Finish Date 42 • % Complete 43 • Float 44 • Activity Logic (dependencies) 45 • Critical Path 46 • Activities added or deleted 47 • Expected Baseline Finish date 48 • Variance to the Baseline Finish Date 49 CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised August 13, 2021 01 3216 - 9 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 1 B. Monthly Construction Status Report 2 The Contractor submits a written status report (referred to as a progress narrative) at the 3 monthly progress meeting (if monthly meetings are held) or at the end of each month to 4 accompany the Progress Schedule submittal, using the standard format provided in 5 Specification 0132 16.3 Construction Project Schedule Progress Narrative. The content 6 of the Construction Project Schedule Progress Narrative should be concise and complete 7 to include only changes, delays, and anticipated problems. 8 9 C. Submittal Process 10 • Schedules and Monthly Construction Status Reports are submitted in in the City's 11 document management system in the location dedicated for this purpose. 12 • Once the project has been completed and Final Acceptance has been issued by the 13 City, no further progress schedules or construction status reports are required from 14 the Contractor. 15 1. 16 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.6 CLOSEOUT SUBMITTALS [NOT USED] 18 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.8 QUALITY ASSURANCE 20 A. The person preparing and revising the construction Progress Schedule shall be 21 experienced in the preparation of schedules of similar complexity. 22 B. Schedule and supporting documents addressed in this Specification shallbe prepared, 23 updated and revised to accurately reflect the performance of the construction. 24 C. Contractor is responsible for the quality of all submittals in this section meeting the 25 standard of care for the construction industry for similar projects. 26 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.10 FIELD [SITE] CONDITIONS [NOT USED] 28 1.11 WARRANTY [NOT USED] 29 1.12 ATTACHMENTS 30 Spec 01 32 16.1 Construction Project Schedule Baseline Example 31 Spec 01 32 16.2 Construction Project Schedule Progress Example 32 Spec 01 32 16.3 Construction Project Schedule Progress Narrative 33 CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised August 13, 2021 01 32 16 -10 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION [NOT USED] 4 5 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule specifications. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised August 13, 2021 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1- 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. 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. 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 RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised July 1, 2011 01 32 33 - 2 PRECONSTRUCTION VIDEO PART 3 - EXECUTION [NOT USED] Page 2 of 2 END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 CPN 105493 SECTION 0133 00 SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 SUBMITTALS Pagel of 8 General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised December 20, 2012 01 33 00 - 2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 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 %2 inches x 11 inches to 8 %2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised December 20, 2012 01 33 00 - 3 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 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 RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised December 20, 2012 01 33 00 - 4 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 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 RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised December 20, 2012 01 33 00 - 5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised December 20, 2012 01 33 00 - 6 SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised December 20, 2012 01 33 00 - 7 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) 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. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL 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 RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised December 20, 2012 013300-8 SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised December 20, 2012 0135 13- 1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 [Text in Blue is for information or guidance. Remove all blue text in the final project document.] 4 PART1- GENERAL 6 A. Section Includes: 7 1. The procedures for special project circumstances that includes, but is not limited to: 8 a. Coordination with the Texas Department of Transportation 9 b. Work near High Voltage Lines 10 c. Confined Space Entry Program 11 d. Use of Explosives, Drop Weight, Etc. 12 e. Water Department Notification 13 f. Public Notification Prior to Beginning Construction 14 g. Coordination with United States Army Corps of Engineers 15 h. Coordination within Railroad permits areas 16 i. Dust Control 17 j. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 — General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad Flagmen CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised March 11, 2022 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is specifically cited. 19 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 20 High Voltage Overhead Lines. 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Coordination with the Texas Department of Transportation 23 1. When work in the right-of-way which is under the jurisdiction of the Texas 24 Department of Transportation (TxDOT): 25 a. Notify the Texas Department of Transportation prior to commencing any work 26 therein in accordance with the provisions of the permit 27 b. All work performed in the TxDOT right-of-way shall be performed in 28 compliance with and subject to approval from the Texas Department of 29 Transportation 30 B. Work near High Voltage Lines 31 1. Regulatory Requirements 32 a. All Work near High Voltage Lines (more than 600 volts measured between 33 conductors or between a conductor and the ground) shall be in accordance with 34 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 35 2. Warning sign 36 a. Provide sign of sufficient size meeting all OSHA requirements. 37 3. Equipment operating within 10 feet of high voltage lines will require the following 38 safety features 39 a. Insulating cage -type of guard about the boom or arm 40 b. Insulator links on the lift hook connections for back hoes or dippers 41 c. Equipment must meet the safety requirements as set forth by OSHA and the 42 safety requirements of the owner of the high voltage lines 43 4. Work within 6 feet of high voltage electric lines 44 a. Notification shall be given to: 45 1) The power company (example: ONCOR) CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised March 11, 2022 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a) Maintain an accurate log of all such calls to power company and record 2 action taken in each case. 3 b. Coordination with power company 4 1) After notification coordinate with the power company to: 5 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 6 lower the lines 7 c. No personnel may work within 6 feet of a high voltage line before the above 8 requirements have been met. 9 C. Confined Space Entry Program 10 1. Provide and follow approved Confined Space Entry Program in accordance with 11 OSHA requirements. 12 2. Confined Spaces include: 13 a. Manholes 14 b. All other confined spaces in accordance with OSHA's Permit Required for 15 Confined Spaces 16 DELETE the below item, if not required for project. The following link is to Fact Sheet re: Air 17 Permitting: 18 htt)s://www.tceq.texas.aov/assets/public/l)ermittina/air/factsheets/Hermit-factsheet.i)df 19 D. TCEQ Air Permit 20 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 21 E. Use of Explosives, Drop Weight, Etc. 22 1. When Contract Documents permit on the project the following will apply: 23 a. Public Notification 24 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 25 prior to commencing. 26 2) Minimum 24 hour public notification in accordance with Section 0131 13 27 F. Water Department Coordination 28 1. During the construction of this project, it will be necessary to deactivate, for a 29 period of time, existing lines. The Contractor shall be required to coordinate with 30 the Water Department to determine the best times for deactivating and activating 31 those lines. 32 2. Coordinate any event that will require connecting to or the operation of an existing 33 City water line system with the City's representative. 34 a. Coordination shall be in accordance with Section 33 12 25. 35 b. If needed, obtain a hydrant water meter from the Water Department for use 36 during the life of named project. 37 c. In the event that a water valve on an existing live system be turned off and on 38 to accommodate the construction of the project is required, coordinate this 39 activity through the appropriate City representative. 40 1) Do not operate water line valves of existing water system. 41 a) Failure to comply will render the Contractor in violation of Texas Penal 42 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 43 will be prosecuted to the full extent of the law. 44 b) In addition, the Contractor will assume all liabilities and 45 responsibilities as a result of these actions. 46 G. Public Notification Prior to Beginning Construction CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised March 11, 2022 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 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer and City of Fort Worth Door Hangers, 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) City of Fort Worth Door Hangers will be provided to the Contractor for distribution with their notice. 4) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 5) 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 and door hangers are delivered to all residents of the block. H. 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. 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. I. Coordination with United States Army Corps of Engineers (USACE) CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised March 11, 2022 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 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 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. J. 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. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. K. 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. L. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 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] DATE NAME 8/31/2012 D. Johnson 3/11/2022 M Owen 13 END OF SECTION Revision Log SUMMARY OF CHANGE 1.4.13— Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit Remove references to Air Pollution watch Days and NCTCOG Clean construction Specification requirements. Clarify need for Door Hangers under in addition to contractor notification of public. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised March 11, 2022 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 01 35 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised March 11, 2022 2 3 4 Date: EXHIBIT B FORTWORT11, DOE NO. XXXX Project Name: 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 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) Flyt7 MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised March 11, 2022 01 45 23 TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another external FTP site approved by the City. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised March 9, 2020 01 45 23 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL 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 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised March 9, 2020 015000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 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 Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised July 1, 2011 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly 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 Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised July 1, 2011 01 50 00 - 3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised July 1, 2011 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 CPN 105493 01 55 26 -1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 spec ific ation, unles s a date is spec ific ally c ited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian 30 traffic. 31 b. When traffic control plans are included in the Drawings, provide Traffic 32 Control in accordance with Drawings and Section 34 71 13. 33 c. When traffic control plans are not included in the Drawings, prepare traffic 34 controlplans in accordance with Section 34 71 13 and submit to City for 35 review. 36 1) Allow minimum 10 working days for review of proposed Traffic Control. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised March 22, 2021 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2of3 1 2) A traffic control "Typical" published by City of Fort Worth, the Texas 2 Manual Unified Traffic Control Devices (TMUTCD) or Texas Department 3 of Transportation (TxDOT) can be used as an alternative to preparing 4 project/site specific traffic control plan if the typical is applicable to the 5 specific project/site. 6 B. Street Use Permit 7 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 8 a. To obtain Street Use Permit, submit Traffic Control Plans to City 9 Transportation and Public Works Department. 10 1) Allow a minimum of 5 working days for permit review. 11 2) It is the Contractor's responsibility to coordinate review of Traffic Control 12 plans for Street Use Permit, such that construction is not delayed. 13 C. Modification to Approved Traffic Control 14 1. Prior to installation traffic control: 15 a. Submit revised traffic control plans to City Department Transportation and 16 Public Works Department. 17 1) Revise Traffic Controlplans in accordance with Section 34 71 13. 18 2) Allow minimum 5 working days for review of revised Traffic Control. 19 3) It is the Contractor's responsibility to coordinate review of Traffic Control 20 plans for Street Use Permit, such that construction is not delayed. 21 D. Removal of Street Sign 22 1. If it is determined that a street sign must be removed for construction, then contact 23 City Transportation and Public Works Department, Signs and Markings Division to 24 remove the sign. 25 E. Temporary Signage 26 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 28 Devices (MUTCD). 29 2. Install temporary sign before the removal of permanent sign. 30 3. When construction is complete, to the extent that the permanent sign can be 31 reinstalled, contact the City Transportation and Public Works Department, Signs 32 and Markings Division, to reinstall the permanent sign. 33 F. Traffic Control Standards 34 1. Traffic Control Standards can be found on the City's web site. 35 1.5 SUBMITTALS [NOT USED] 36 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised March 22, 2021 1 2 3 4 5 6 7 8 01 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 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] 9 PART 3 - EXECUTION [NOT USED] 10 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.4 A. Added language to emphasize minimizing of lane closures and impact to traffic. 1.4 A. 1. c. Added language to allow for use of published traffic control "Typicals" if 3/22/2021 M Owen applicable to specific project/site. 1.4 F. 1) Removed reference to Buzzsaw 1.5 Added language re: submittal of permit CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised March 22, 2021 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART1- 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. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised July 1, 2011 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 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 A. SWPPP 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 RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised July 1, 2011 0157 13 -3 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 SUBMITTALSANFORMATIONAL 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 CPN 105493 SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 A. Section Includes: 1. Temporary Project Signage Requirements 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, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USEDI 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised July 1, 2011 01 58 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 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 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 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 A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised July 1, 2011 0158 13 -3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 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. A list of City approved products for use is available through the City's website at: https:Happs.fortworthtexas.gov/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products List B. 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. C. 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. D. 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. E. See Section 0133 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised March 9, 2020 01 60 00 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised March 9, 2020 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- 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 RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised July 1, 2011 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised July 1, 2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised July 1, 2011 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised July 1, 2011 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 of 6 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 [Text in Blue is for information or guidance. Remove all blue text in the final project document.] 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised November 22, 2016 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 6 1 a. Mobilization and Demobilization 2 1) Mobilization shall consist of the activities and cost on a Work Order basis 3 necessary for: 4 a) Transportation of Contractor's personnel, equipment, and operating 5 supplies to the Site for the issued Work Order. 6 b) Establishment of necessary general facilities for the Contractor's 7 operation at the Site for the issued Work Order 8 2) Demobilization shall consist of the activities and cost necessary for: 9 a) Transportation of Contractor's personnel, equipment, and operating 10 supplies from the Site including disassembly for each issued Work 11 Order 12 b) Site Clean-up for each issued Work Order 13 c) Removal of all buildings or other facilities assembled at the Site for 14 each Work Oder 15 b. Mobilization and Demobilization do not include activities for specific items of 16 work for which payment is provided elsewhere in the contract. 17 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 18 a. A Mobilization for Miscellaneous Projects when directed by the City and the 19 mobilization occurs within 24 hours of the issuance of the Work Order. 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 24 2. Division 1 — General Requirements 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment [Consult City Department/Division for direction on if 27 Mobilization pay item to be included or the item should be subsidiary. Include the 28 appropriate Section 1.2 A. 1.] 29 1. Mobilization and Demobilization [If subsidiary] 30 a. Measure 31 1) This Item is considered subsidiary to the various Items bid. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 are subsidiary to the various Items bid and no other compensation will be 35 allowed. 36 [OR] 37 1. Mobilization and Demobilization [If bid item included for Mobilization — 38 Consultant to provide a maximum % of adjusted contract amount based on the 39 anticipated mobilization costs to limit the amount bid for this item] 40 a. Measure 41 1) This Item will be measured by the lump sum or each as the work 42 progresses. Mobilization is calculated on the base bid only and will not be 43 paid for separately on any additive alternate items added to the Contract. 44 2) Demobilization shall be considered subsidiary to the various bid items. 45 b. Payment CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised November 22, 2016 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 6 1 1) For this Item, the adjusted Contract amount will be calculated as the total 2 Contract amount less the lump sum for mobilization. Mobilization shall be 3 made in partial payments as follows: 4 a) When 1% of the adjusted Contract amount for construction Items is 5 earned, 50% of the mobilization lump sum bid or [Insert % the maximum 6 allowed] % of the total Contract amount, whichever is less, will be paid. 7 b) When 5% of the adjusted Contract amount for construction Items is 8 earned, 75% of the mobilization lump sum bid or [Insert the maximum 9 allowed]% of the total Contract amount, whichever is less, will be paid. 10 Previous payments under the Item will be deducted from this amount. 11 c) When 10% of the adjusted Contract amount for construction Items is 12 earned, 100% of the mobilization lump sum bid or [Insert the maximum 13 allowed]% of the total Contract amount, whichever is less, will be paid. 14 Previous payments under the Item will be deducted from this amount. 15 d) A bid containing a total for "Mobilization" in excess of [Insert 16 maximum allowed] % of total contract shall be considered unbalanced 17 and a cause for consideration of rejection. 18 e) The Lump Sum bid for "Mobilization — Paving/Drainage" shall NOT 19 include any cost or sum for mobilization items associated with 20 water/sewer items. Those costs shall be included in the various 21 water/sewer bid Items. Otherwise the bid Items shall be considered 22 unbalanced and a cause for consideration of rejection. 23 f) The Lump Sum bid for "Mobilization — Paving" shall NOT include 24 any cost or sum for mobilization items associated with drainage items. 25 Those costs shall be included in the "Mobilization — Drainage" Lump 26 Sum bid Item. Otherwise the bid Items shall be considered unbalanced 27 and a cause for consideration of rejection. 28 g) The Lump Sum bid for "Mobilization — Drainage" shall NOT 29 include any cost or sum for mobilization items associated with paving 30 items. Those costs shall be included in the "Mobilization — Paving" 31 Lump Sum bid Item. Otherwise the bid Items shall be considered 32 unbalanced and a cause for consideration of rejection. 33 2) The work performed and materials furnished for demobilization in 34 accordance with this Item are subsidiary to the various Items bid and no other 35 compensation will be allowed. 36 [OR] 37 1. Mobilization and Demobilization [If multiple "Mobilization " bid items are used 38 due to different funding (ex. Water and Sewer and Paving and/or Drainage) — 39 Provide detail of each bid item - Consultant to provide detail for each bid item 40 (typically Water/Sewer will be subsidiary and Paving/Drainage will be LS, with 41 possibly separate bid items for Paving and Drainage due to funding).] 42 a. Measure 43 1) This item for Water/Sewer improvements is considered subsidiary to the 44 various Items bid. 45 2) "Mobilization — Paving," "Mobilization — Drainage," and/or "Mobilization 46 — Paving/Drainage" will be measured by the lump sum or each as the work 47 progresses. Mobilization is calculated on the base bid only and will not be 48 paid for separately on any additive alternate items added to the Contract. 49 3) Demobilization shall be considered subsidiary to the various bid items. 50 b. Payment CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised November 22, 2016 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 6 1 1) The work performed and materials furnished in accordance with this Item 2 for Water/Sewer improvements are subsidiary to the various Items bid and no 3 other compensation will be allowed. 4 2) "Mobilization — Paving," "Mobilization — Drainage," and/or "Mobilization 5 — Paving/Drainage", the adjusted Contract amount will be calculated as the 6 total Contract amount for paving, drainage or paving/drainage improvements 7 less the lump sum for mobilization. Mobilization shall be made in partial 8 payments as follows: 9 a) When 1% of the adjusted Contract amount for construction Items is 10 earned, 50% of the mobilization lump sum bid or [Insert % the maximum 11 allowed] % of the total paving, drainage, or paving/drainage Contract 12 amount, whichever is less, will be paid. 13 b) When 5% of the adjusted Contract amount for construction Items is 14 earned, 75% of the mobilization lump sum bid or [Insert the maximum 15 allowed]% of the total paving, drainage, or paving/drainage Contract 16 amount, whichever is less, will be paid. Previous payments under the Item 17 will be deducted from this amount. 18 c) When 10% of the adjusted Contract amount for construction Items is 19 earned, 100% of the mobilization lump sum bid or [Insert the maximum 20 allowed]% of the total paving, drainage, or paving/drainage Contract 21 amount, whichever is less, will be paid. Previous payments under the Item 22 will be deducted from this amount. 23 d) A bid containing a total for "Mobilization" in excess of [Insert 24 maximum allowed] % of total paving, drainage or paving/drainage 25 contract shall be considered unbalanced and a cause for consideration 26 of rejection. 27 3) The work performed and materials furnished for demobilization in 28 accordance with this Item are subsidiary to the various Items bid and no other 29 compensation will be allowed. 30 2. Remobilization for suspension of Work as specifically required in the Contract 31 Documents 32 a. Measurement 33 1) Measurement for this Item shall be per each remobilization performed. 34 b. Payment 35 1) The work performed and materials furnished in accordance with this Item 36 and measured as provided under "Measurement" will be paid for at the unit 37 price per each "Specified Remobilization" in accordance with Contract 38 Documents. 39 c. The price shall include: 40 1) Demobilization as described in Section 1.1.A.2.a.1) 41 2) Remobilization as described in Section 1.1.A.2.a.2) 42 d. No payments will be made for standby, idle time, or lost profits associated this 43 Item. 44 3. Remobilization for suspension of Work as required by City 45 a. Measurement and Payment 46 1) This shall be submitted as a Contract Claim in accordance with Article 10 47 of Section 00 72 00. 48 2) No payments will be made for standby, idle time, or lost profits associated 49 with this Item. 50 4. Mobilizations and Demobilizations for Miscellaneous Projects CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised November 22, 2016 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 017000-5 MOBILIZATION AND REMOBILIZATION Page 5 of 6 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. 30 1.3 REFERENCES [NOT USED] 31 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 32 1.5 SUBMITTALS [NOT USED] 33 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 34 1.7 CLOSEOUT SUBMITTALS [NOT USED] 35 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 36 1.9 QUALITY ASSURANCE [NOT USED] 37 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 38 1.11 FIELD [SITE] CONDITIONS [NOT USED] 39 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised November 22, 2016 017000-6 MOBILIZATION AND REMOBILIZATION 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION DATE NAME Revision Log SUMMARY OF CHANGE Page 6 of 6 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised November 22, 2016 FORTWORTH, Section 01 71 23.01 - Attachment A Survey Staking Standards February 2017 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.Ddf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As -built Survey O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND PINK ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS SANITARY SEWER 6ftmni IRRIGATION AND RECLAIMED WATER III. Standard Staking Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water -based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 IV. Survev Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: httr)://fortworthtexas.gov/itsolutions/GIS/ Look for 'Zoning Maps'. Under 'Layers' , expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc -second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced -main water lines, and rough -grade only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or anvthing that needs vertical grading with a tolerance of 0.25' or less is allowed. D. Control Points Set All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi -permanent nature. A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. — If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOID12A 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Proiected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert_ Conformal_ Conic Fa Ise_Easti ng: 1968500.00000000 False —Northing: 6561666.66666667 Central Meridian:-98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude —Of —Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format txt csv dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a proiect that has surface coordinates which must be translated: File 1: C1234 As -built of Water on Main Street Grid NAD83 TXSP 4202.csv 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 File 2: C1234_As-built of Water on Main Street —Project Specific Datum.csv Example Control Stakes O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 W d w m � Q � w w m> � < m � w 1 015 EL.— 100, 00' m w m V Cn m w r_r a J O w � J 1-- W O CD U � CP #1 N=5000.00 E=5000.00 o w z ~ � w o m � = o W LL ~ W < X m W W CC D V. Water Staking Standards 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 A. Centerline Staking— Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VI I. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 WE N � W � n N � CD N O ID ry � n rD zT 3 3 -, Z O � ry ono I D rD I.D rD n O < � T N N L rD 77 i � n aj 00 �. � r-r 7 0 Q m ff < Q rD O n n Iv x -a 0 rD rD NO FLAGGING REQUIRED IN LIEU OF BLUE PAINTED LATH FRONT (SIDE FACING BACK 0 OFFSET DISTANCE (SIDE FACING R.O.W.) POINT # ICI CENTERLINE OF L% WATER LINE r 1 HLIR ELEVATION o � o i STATONING 4 4 �Z/fP IDENTIFIES TOP OF PIPE n _ I IDENTIFIES CUT - ~- OR FILL + HUB PAINTED BLUE, FLUSH 'MTH r GRCIUND, W17H TACK OR BLACK DOT HUB PI TEDNALBLUE WITH BLUE WHISKERS OR 60D NAIL WTH BLUE '{WHISKER FRONT FRONT (SIDE FACING] (SIDE FACING } 0 BACK rF' 0 (SIDE FACING R_O_W.} J f) P � CONTINUE STAKING IDENTIFY ANY rlv EVERY 200' r n TEES, METERS + GATE VALVES, — CROSSES, ETC. — Ln T/P + I � In Tf P I w � � �S� ti 1P A. Centerline Staking — Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VI I. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 FRONT 0 (SIDE FACING) V) 2nd OFFSET STAKE _ N FOR ALIGNMENT rD FOR SSMH'S FRONT FRONT V) (SIDE FACING) (SIDE FACING NO FLAGGING REQUIRED MH j 2nd 4FFT£T STAKE IN LIEU DF GREEN PAINTED LATH = Iak OFFSET STAKE {{ LJ FOR ALIGNMENT N N FOR ALIGNMENT FOR SSMH'S w FOR SSMH'S rD p 64 V7 re FRONT co rD D NO 2ND OFFSET STAKE FJL (SIDE FACING) FOR CENTERLINE s MH v = NEEDED n rD MH let OFFSET STAKE �R L1 N T I n 3 f FOR ALIGNMENT Ic II rD o ss�IHs (SIDE FACING ) FJL &6iiE STATIONING AS 1 ON NE 0o ID < FIRST OFFSET STAKE re rD o SANITARY SEWER LINE F� rD o 0 FA < r� FrL n `G T N Hi IDENTIFIES MANHOLE RIM N L n rn n w Q5 a = IN,to FA aq 6 STATIONING �_ NE LI) FJL n 0 IL IDENTIFIES FLONLINE OF2, <' N NORTH PIPE GRADE to \ RIM Q rD SEC4NSE STATIONING ty RIM I IDENTIFIES CUT - BETWEEN SSMH'S WAS n N DR FILLS FOR NORTH PIPE F LESS THAN 400'. SPLIT \ 6 O n I THE DIFFERENCE AND SET � 1 STAKE IN THE MIDDLE x 19 IdENTIFIES FLOVfUNE OF _ 1 S SOUTH PIPE GRADE TV < n IDENTIFIES CUT r" OR FILL + FCR SOUTH PIPE Vk RlM IDENTIFIES RIM GRADE p HUB D. PAINTED TACK FLUSH NTH " IDENTIFIES CUT - �o GROUND. NTH TACK OR BLACK DOT O OR FILL 4 TO OF MANHOLE J N Z— (OPTIONAL) HUB PAINTER GREEN WITH SLUE NHISKERS OR SOD NAIL WITH BWE WHISKERS — VII. Storm Sewer & Inlet Staking A. Centerline Staking — Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet = 16.00' total length III. Recessed 10' Inlet = 20.00' total length IV. Standard double 10' inlet = 26.67' total length V. Recessed double 10' inlet = 30.67' total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 BACK C30E FAahr- R.ELW.) POINT # i Hue ELEvnnrn Example Storm Inlet Stakes FRONT (SIDE FACING NO FLAGGING REQUIRED IN LIEU OF PINK PAINTED LATH IDENTIFIES M-1101-1 END OF THE WING BEING STAKED INLET STATION [IF NOTED ON PLANS] IDENTIFIES GRADE TO TOP OF CURB IDENTIFIES GRADE TO FLOMJNE DISTANCES FOR INLETS STANDARD 10' - 16' RECESSED W - 20' STANDARD DUJBLE 10' - 2&67 BACK {SUE FA13NG R.QW_) PRINT 0 Q HUB ELE ATUN c FRONT (SIDE FACING M IIDE NTI FIES 1lHICH END OF THE YdNG BEING STAKED RECESSED ELMLE 10= -30_67 HUB %MM TACK T*- — — — — — — — I BACK OF INLET I BACK OF CURB BACK OF CURB 1 �. FLOYLINE FACE OF INLET FACE OF INLET FLDMJNE EDGE OF PAVEMENT EDGE OF PAVEMENT II EDGE OF PAVEMENT EDGE OF PAVEMENT 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 VIII. Curb and Gutter Staking A. Centerline Staking— Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VI I. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking— Curves III. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 Example Curb & Gutter Stakes FRONT (SIDE FACING CL) FRONT (SIDE FACING CL) DENTIFIES START POW OF CURVATURE 4 BACK IDENTIFIES OFFSET I3 T4 (SIDE FACING R.4. Yi.) BACK CF CURB CR FIC FOR FACE OF CURB POINT HUB ELEVA110N BACK p� II O + P. IDENTIFIES GRADE IS TIC TD TQP OF GURH P FRONT ASIDE FACING} A P 0 2 BfC NO GRXi E ON RhPlu-L 5 POINTS FRONT IDENTIFIES END (SIDE FACING POINT OF T GENT d BC m PT T III I Q III I III I I I III III NO FLAGGING REQUIRED f f I ti IN LIEU OF PINK PAINTED LATH r I TOP OF CURB OF CURB FACE OF CURB I FLOKI NE EDGE OF PAVEMENT Example Curb & Gutter Stakes at Intersection 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 N � W � i� rD Ql -u O 0 F- O IDrD r-F Vf v � n rD zT 3 3 -, rD O Z sv Oq D O I� � <rD t) 0 mG T N r v� N / 77- n 7 N 00 �. Ln r v 7 0 ,? m ff <' Q rD Q % O v x —a 0 rD 10' ❑/S STAKE 1D' ❑/S STAKE W/GRADE AT W/GRADE AT EVEN STATION ELEN STATION 1 W MAX. DISTANCE � 50' MAX, DISTANCE � 50' MAX. DISTANCE � 5V MAX. DISTANCE � 50' MAX. DISTANCE � 50' MAX. DISTANCE <> 0 BACK OF CURB BACK OF CURB IF ARC LENGTH 15 I _ T GREATER THAN 100', I A PCC OFFSET STAKE C] 50' MAX. DISTANCE O SHOULD BE SET r I r10' � O/S f'1"1 fl"1 STAKE / 10' O/S W/GRADE AT PC STAKE cn /GRDT 4STATION 1 f STAKE l W/GRADE f AT PT Qe E; W' RADIUS w POINT W/NO GRADE a d x � � 10' O/S M d Y u ¢ STAKE El W/GRACE AT EVEN STATION I BAC1< OF CURB I I Q Q S9' MAX. DISTANCE rml r S E� I E 10' 0/S STAKE rA4TPC\ W/GRADE AT EVEN STATION 30' RADIUS POINT � F 'VINO GRADE c� o 0 72 V Q� m o 'O 16' O/S STAKE q' W/GRADE AT EVEN STATION TYP FRONT (SIDE FACING TL) 0 4 B/ IDENTIFIES OFFSET 15 TO cu CK a OF P a T/C IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard Citv Cut Sheet City Project Date: Number: Project Name: ❑ TOTAL Staking Method: ❑ GPS STATION ❑ OTHER LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION OFFSET DESCRIPTION PROP. STAKED _ CUT + FILL -LT/+RT GRADE ELEV. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 17 of 22 X. As -built Survey A. Definition and Purpose The purpose of an as -built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section IV. As -built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub -outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 W / Ln Io n In N Q O TD 0 (� + �y 1NSTAG. 4501E Ip WC WATER 41 ® ® �s 7,Q271—" r b �l 1 WF _ __-- j/NE INE A 211�VEX .__ - PmPoSE05FYEF WAa //J � SEE SrsE£� b PROPOSED IZWATER LINE m 1 IN w�'"cucrnm 1 "gym r x - - G eE.vcKWulas� __ '� rw.�iwvn aawm nm. mwmmn'�.m aroa ww"um mr. Wcam mr"�mrrw rwuu �uasmr. we rim p �� , p CM MAP NO y>l -M7p1 -376 rs.w Erur<srrci ""' A1EA MAPSOO PAGE NO.74N S. T. W. % �2..� 'm'm.S.'S'G''r rm Yf� m c r F�F x am ar roar aromw.— - WATER DEPAA�TMOYf' SY - - l eYYrv.vna Now�n wj _ - - [SAYIU� �. W- n�otve sfwlo roOSRi'� a R) � urArarwarweam I.�. ��i. I wr. r I wa 3 �A• d�yp0 - X 'W ClAT7iW RM STA 657A7 - 12•WL fFLGYD LWl . �A 0.97lp - IM lFLDYD m - RE"E 6 $",WWE EXIST. IWO ppvp r2wATER GATE V"E s REmm �� AiY = M EXIST.O%TER jrXrNsrMl, 1-IP'SDLID S1EE1rE BEND FNOr aEAWN 1°As l 11 i• 7Y X W REMr.F_R f F l2NA9sP095� E j JV PIS E�?�?SlJ79f �/• 2 CDr 16 � wu rrecww Ire, ELK S LOT 2 REM"WE EXIS! 12WATE/i •xalr N.BTIP765.M E r O (Cy� • STAOew- OWL AYSTAG., F I2 w5Y£R7; @FjYp N691701475125 E,az�vr svo . STA OW75 - a,WL . IWSTALL, F 72 x B ANWM TEE r �P r ' FB'6ATI= VALVE ' FFIRE' 1A'LiRANT RLF E1IIYaWr LEM F W OTE VMVE �u•55avD3on2a9 / Epiea rer •0 IZWATE� RE&UVE & S"A^.E EXIST. GATE V"E STAd321- A NHSTAW � 12W / F lY rsV£Rr. SCAO ° ' abcroti a W�W70lJ14fl9! rmvwxz ur i •!,i v4cm,an7a x.F�•rxma d7Q3&6JOC7L,77p?V 223M .� Y kr„ - s STA Q1wm - 12 WL fFIDYD LVf1 STA 03T59 - le -.TA D'mm - IPWI INSTML: L ALG F --Md. SCYID SFEV£ I-!E'•IS'YEft7: SEND .7 LF OF IP•WATEN PIPEACWNECr TO FX1517. 0 WATER2%30rB3/D N•694I145_4a9 EM22�..iD4dT36 FROMSED SANITARY Si SEE SHEET P O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 rt rt 0) Qj D (D v) O ID q a 7 V) rt CL a) E- 0 Ilk aNSTRK7 W LF OF PVC SANirAqr SEWER mNN PROPMD JZ —EN SEE SNEEr 6 Ct�MTON W. =, L 2_1 irW �z i N T. OM ---- — ----------- - lin q aS� lo� pffma mw-- Y, Z-3777 & L-3G54 CFMAP No 2aiX-380,2018-376 PROPOSED FSAN. SEWER UNE A MAPSCO PAGE NO.74M.S,T.WX 725 M?39;— Iv wATfu� j=oP Hoar ARTNmNT -ow 'm W. (EW� Dk - ROWANDR.) UHmY Es�F � I , BLK 29 �T k jQ 3]OS LYgfm Fe w,Fw}wann .ma croxap, nn x.� a,m�rn �. a 1 W {SANfTARY SEWER ` i • Z sEHvrE wi CLEMVff wj.IAYTON[RD.g Ni'EM � �i 'qh a • v J _ k 0— COQi' ✓ n, •O 1 `�A'fRw r � v COQ 2iYH 16 0 waw 0WA! ER - U) re a w ER ONE A L-3654 — '— " i Q * T REMOVE EX15T. J a _ SM SEWER F . T gy i r5r�'r `L / i roA / STA hS%q - FSS LINE A • LOT ST2 Ej� XIST. AO-0ML-31Tl- rro� rain wd r.la l e Er�� CY.WSTRUtT s LE of ass uHe 11 ir CA1GLLLLAR !I SERr .� W/ C.FMSgM PROTECTIaV CONNECT PR(P. aSS MW) GEWNECT PRW.B'SS MESSY) TO PRQ? SSYH. N-694ESMZ252 E229SEEM31 CITY MA.Y NO. Z018-380, 2018-3' MAPSCO PAGE NO.74N, S, `i', W i -i — — --I- 1—'�_-- _ — T. 71 NRI11— �- --. — - 6 0:\Sped 2m 31\0171 23.16.01_Attachment A —Survey Staking Standards.docx Page 23 of 23 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING EASTING ELEV. DESCRIPTION 1 6946257.189 2296079.165 726.09 SSMH RIM I� 2 6946260.893 2296062.141 725.668 GV RIM 3 6946307,399 2296038.306 726.95 GV RIM 4 6946220.582 2296011.025 723.359 SSMH RIM 5 6946195.23 2296015.116 722.123 GV RIM f � J 6 6946190,528 2296022.721 722.325 FH i c 3 7 6946136.012 2295992.115 719,448 WM RIM 8 6946002.267 2295919.133 713.331 WM RIM i'JC04-"�I( dl L � 9 6946003.056 2295933.418 713.652 CO RIM 10 6945984,677 2295880.52 711.662 SSMH RIM 11 6945996.473 2295869,892 710,046 WM RIM 12 6945895.077 2295860.962 707.72 WM RIM p 13 6945896.591 2295862.188 708.205 WM RIM 14 6945934.286 2295841.925 709.467 WM RIM 15 6945936,727 2295830.441 710.084 CO RIM 16 6945835.678 2295799.707 707.774 SSMH RIM 17 6945817.488 2295827.011 708.392 SSMH RIM 18 6945759.776 2295758.643 711.218 SSMH RIM 19 6945768.563 2295779.424 710,086 GV RIM `P, 20 6945743.318 2295788.392 710.631 GV RIM 21 6945723.219 2295754.394 712.849 GV RIM 22 6945682.21 2295744.22 716.686 WM RIM f_ 23 6945621.902 2295669.471 723.76 WM RIM r� 24 6945643.407 2295736.03 719.737 CO RIM �Ll Fjwrr"t�i� 25 6945571.059 2295655.195 727.514 SSMH RIM 26 6945539.498 2295667.803 729.123 WM RIM 27 6945519.834 2295619.49 732.689 WM RIM C�S��Q'Z �O rJT-�; 28 6945417.879 2295580.27 740.521 WM RIM G t ST�jj rJ 29 6945456.557 2295643.145 736.451 CO RIM 30 6945387.356 2295597.101 740.756 GV RIM 31 6945370.688 2295606.793 740.976 GV RIM 32 6945383.53 2295610.559 740.408 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319.365 2295539.728 746.777 CO RIM 35 6945242.299 2295570.715 748.454 WM RIM 36 6945233.624 2295544.626 749.59 SSMH RIM 37 6945206.483 2295529.305 751.058 WM RIMP 38 6945142.015 2295557.666 750.853 WM RIM 39 6945113.445 2295520.335 751.871 WM RIM 40 6945049.02 2295527.345 752.257 SSMH RIM 41 6945041.024 2295552.675 751.79 WM RIM42 6945038.878 2295552.147 751.88 WM RIMS��Y43 (�AO-3orfF 6945006.397 2295518.135 752.615 WM RIM 44 6944944.782 2295520.635 752.801 WM RIM 45 6944943.432 2295556.479 752.156 WM RIM 46 6944960.416 2295534.397 752.986 SSMH RIM A-y Sa�Yo% r414it O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 24 C. Other preferred as -built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 25 WE N � W � I-- rD O 0 F- O rD I rD D N � l N zT 3 3 -, rD Z O v D Dt7 O I� � N N < r) 0 MG T N rn rD CD / 7 C7 �' D1 00 �. Ln al 7 0 Q (D a - G Q rD Q / O n n al X -p 0 rD MHome 1 Insert Page Layout Formulas Data Review View Acrobat Cut Callon - 11 - A n =O- • 9PT- p+Wrap Test R3 COPy' Paste B I D �h• A• -O _ . [- ®Merge&Center• Format Painter i - r Clipboard Font Alignment 1I N31 A A B C C E F 1 General - Normal Bad Good Neutral Calculation $ °lo + +.00 +.o CondRmnal Format Explanatory... Followed Hy... Hyperlink Input Formatting• as Table• Number Styles G H I 1 K L M Project Name and Number- (Street Name) 'M Insert Delete • Cells N Valve Box Water Main Bends Meter Boxes Fire Hydrants 5ta.11 GP51Gritll Cooridnates,Texas, Stall 6P5I6ridj Cooridnates,Tercas Hytlrant Valve 'PS(Grid) Comidnates,TeKas j Nut Elevation GP51Gritll Looritlnates,Tekas Nut Elevation T!P-250, intervales 5ta. p IGPSIGritll Cooritlnates,Tekas ElevationlLl Sm. NC4202 NC4 02 Nc4202 Nc4202 NC4202 NIY1=6934779.6510' NIYI=6934784.3970' NIYI=6934790.8950' NIYI=5934791.0NO' 0+2005 716.103 0+25.Ip 0+3122 0+3142 719.955 EI%1=2320950.1460' EI%1=2320924.5750' EI%1=2320959.7660' EI%1=2320951.9640' 5 NIYI 935913.4520' N(YI=6934849.4310' NIYI�935979.3410' N(YI�'935979.580' 3 11+5389 71G.838 Ov90.05 12+1971 12+1958 714431 �E(X)=2520942. 30' EI%1=2320922.6940' EI%1=2320949.5250' EI%I=5935979. 580' NIYI 9359525340' N(YI�9348496250' NIYI�9%K95080 NIYI=69368499940' 9 11.9287 717.489 0+90.15 1 20+99.76 20°90.25 7%241' EI%1=2320966.6290' E(%1=2320960.1410' EIX1=2320960.4650 El% 2320950.4250' 9 I I NIY1=69359521510' N(YI-W34854.8750' NIY1=6937492MR NIY1=5937491 RED' 70 11.92.93 715.04a .520 � 27+32.65 27+32.33 69658 EI%1=23208978260 El%1-2320959 9080' EIX1=2320938.8970 EIX1-232093159511' 77 NIY1$935974.7400' NIYI=5934855.4530' 12 11+L5.17 715.001 0+96.07 EI%1=2320942.3170' EI%1=2320922.5780' 73 NIY1$936611.2390' N(Y)=5934959.5300' 74 20°51.69 704.155 1+99.86 EI%1=2320935. EI%1=2320959.0260' 15 NIY1$937494.52909070' ' NIYI=6934962.1570' �16 27+35.00 697.071 2.02.76 17 EI%1=2320930.5430' EI%1-2320921.8150' . 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey 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 Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Construction Staking". 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 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) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As -Built Survey". CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised February 14, 2018 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as -built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survey - 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 Survey —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Stakiniz — 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. Survey "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 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor's selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 0133 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised February 14, 2018 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut -Sheets" conforming to the standard template provided by the City (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As -built Redline Drawing Submittal 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards) . 2. Contractor shall submit the proposed as -built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as -built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re -stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re -stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised February 14, 2018 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 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 CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater — Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART2- PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised February 14, 2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION UFM 1►fy1 F.10 Q 01: I A. Tolerances: The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0.1 ft tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established from a pre -established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised February 14, 2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A. If the Contractor's work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3' party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised February 14, 2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 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 RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised February 14, 2018 SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 017423-1 CLEANING Page 1 of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised July 1, 2011 01 74 23 - 2 CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised July 1, 2011 01 74 23 - 3 CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight -exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised July 1, 2011 01 74 23 - 4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 CPN 105493 01 77 19 -1 CLOSEOUT REQUIREMENTS Page 1 of 3 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. 27 28 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 29 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 PART 2 - PRODUCTS [NOT USED] 32 CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised March 22, 2021 01 7719 - 2 CLOSEOUT REQUIREMENTS Page 2of3 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 CLOSEOUT PROCEDURE 6 A. Prior to requesting Final Inspection, submit: 7 1. Project Record Documents in accordance with Section 0178 39 8 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 9 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 10 01 74 23. 11 C. Final Inspection 12 1. After final cleaning, provide notice to the City Project Representative that the Work 13 is completed. 14 a. The City will make an initial Final Inspection with the Contrac tor pres ent 15 b. Upon completion of this inspection, the City will notify the Contractor, in 16 writing within 10 business days, of any particulars in which this inspection 17 reveals that the Work is defective or incomplete. 18 2. Upon receiving written notice from the City, immediately undertake the Work 19 required to remedy deficiencies and complete the Work to the satisfaction of the 20 City. 21 3. The Right-of-way shall be cleared of all construction materials, barricades, and 22 temporary signage. 23 4. Upon completion of Work associated with the items listed in the City's written 24 notice, inform the City that the required Work has been completed. Upon receipt of 25 this notice, the City, in the presence of the Contractor, will make a subsequent Final 26 Inspection of the project. 27 5. Provide all special accessories required to place each item of equipment in full 28 operation. These special accessory items include, but are not limited to: 29 a. Specked spare parts 30 b. Adequate oil and grease as required for the first lubrication of the equipment 31 c. Initial fill up of all chemical tanks and fuel tanks 32 d. Light bulbs 33 e. Fuses 34 f. Vault keys 35 g. Handwheels 36 h. Other expendable items as required for initial start-up and operation of all 37 equipment 38 D. Notice of Project Completion 39 1. Once the City Project Representative finds the Work subsequent to Final Inspection 40 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 41 E. Supporting Documentation CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised March 22, 2021 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 01 7719 - 3 CLOSEOUT REQUIREMENTS Page 3 of 3 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/22/2021 M Owen 3.4 C. Added language to clarify and emphasize requirement to "Clearing ROW" CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised March 22, 2021 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 1/2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised December 20, 2012 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised December 20, 2012 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised December 20, 2012 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised December 20, 2012 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 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 8/31/2012 D. Johnson CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE 1.5.A.1 — title of section removed RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 CPN 105493 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 4 A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALSANFORMATIONAL 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 RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised July 1, 2011 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised July 1, 2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. CITY OF FORT WORTH RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105493 Revised July 1, 2011 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE RIVERCREST ADDITION, LOTS 1, 2, 3, 4, BLOCK 10 CPN 105493 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 IApprovall Spec No. IClasssification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM 132240/13412/13792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH 1126199 33 05 13 HOPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area 5/13105 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowthe ASTM 3753 Non -traffic area 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area Water &Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) * 33 05 13 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. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 33 05 13 Manhole Frames and Covers Neenah Casting 24" dia. 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 3305 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. 01/31/06 3305 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASFITO M306-04 30" Dia. 11/02/10 3305 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia 07/19/1 t 3305 13 30" Dia. MH Ring and Cover Star Pipe Products NIH32FTWSS-DC 30" Dia 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 ASSHTO MI 05 & ASTM A536 30" Dia 06/01/17 3405 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. 12/05/23 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia. CAP-ONE-30-FTW, Composite, w/ Lock .111111 33 OS 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hing 30" Dia. 10/07/21 3405 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) * 3305 13 Manhole Frames and Covers Pont-A-Mousson Pamoight 24" Dia. * 3305 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 3305 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 3305 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 3305 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete ( tev 1/8/13) * 33 39 10 Manhole, Precast Concrete Hydro Condurt Corp SPL Item #49 ASTM C 478 41" * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" Manhole, Opening an at top, 09/0324 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Transition Cones ASTM C 478 48" to 84" LD. 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 1 09/06/19 33 3920 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Fortcrra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 3920 Manhole, Precast Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 3920 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pie and Precast Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas ASTM C-478; ASTM C-923; 03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 61" I.D. Manhole w/32" Cone ASTM C-443 03/07/23 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardsep 48" & 60" I.D. Manhole w/32" Cone 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polycrete Pipe Sewer -(WAC) Wastewater Access Chamber 33 39 40 12/29/23 33 39 20 I Wastewater Access Chamber I Onicksoream Solutions, Inc. Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious * E1-14 Manhole Rehab Systems Ouadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. E1-14 Manhole Rehab Systems AP/M Pe —mom 4/20/01 E1-14 Manhole Rehab System Strong Company 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System 08/30/06 General Concrete Repair FlexKrete Technologies Type 8 Maintenace Shaft (P000it) Relmer MSP Strong Seal MS2A Rehab System MH repair product to stop infiltration ASTM D5813 Vinyl Polyester Reparr Product For use when Sod. MH cannot be installed due to depth Misc. Use * From Original Standard Products List 1 FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 (Approval Spec No. IClasssification I Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Sprayrou, Spray Wall Polyurethane Coating ASTM D639/D790 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1BB, Sl, S2 Acid Resistance Test Sewer Applications 8/28/2006 I Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 33 OS 16, 33 39 10, RR&C Dampproofing Non-Fibered Spray For Exterior Coating of Concrete 03/19/18 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams Grade (Asphatic Emulsion) Structures Only Water & Sewer - Manhole Inserts - Field Onerations Use Only (Rev 2/3/16) * 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. * 3305 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert Nofiow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 3305 13 Manhole Insert Southwestem Packing & Seals, Inc. Lifesaver - Stainless Steel For 24" dia. 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Water & Sewer - Pine Casine Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) FB-12 Casing Spacer (Coated Carbon Steel) 03/19/18 Casing Spacers BWM for Non_rressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 Per Manuf Manufacturers Requirements (Sewer 09/03/24 33 OS 13 Casing Spacers Raci (Completely HDPE) 8" - 12" (Sewer Only) Water & Sewer - Pines/Ductile Iron 33-11-10(1/8/13) * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AW WA C150, C151 08/24/18 33 11 10 Ductile Iron 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 - Coating [s/EDo%v 33-39-60 (01/08/13) 02/25/02 Eooxy Lining System Sauereisen, Inc SewerGard 21 ORS LA County 9210-1.33 12/14/01 Eooxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interim Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, SIBB, Sl, S2 Acid Resistance Test 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer - Coatinas/Polvurethane 3" thin 24" 4" thin 30" 4" thin 30" Ductile Iron Pipe Only Sewer Applications Sewer Applications Sewer - Combination Air Valves 05/25/18 33-31-70 1 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - Pioes/Concrete * E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hanson Concrete Products -hele, #98 Pipe ASTM C 76 * EI-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. hic. ASTM C 76 Sewer - Pine Enlar¢ment Svstem (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscam Way, N.J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously Sewer - PiDe/Fiber0ass Reinforced/ 33-31-13(1/8/13) 7/21/97 3331 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe (Non -Pressure) ASTM D3262/1)3754 03/22/10 3331 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 3331 13 Glass -Fiber Reinforced Polvmer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 ASTM D3262, ASTM D3681, 03/07/23 3331 13 Fiberglass Pipe (FRP) Future Pipe Industries Fili—trong FRP ASTM D4161, AW WA M45 ASTM D3262, ASTM D3517, 09/03/24 3331 13 Fiberglass Pipe (FREI Superlit Bern,Sanayi A.S. Superlit FRP ASTM 3754, AW WA C950 * From Original Standard Products List 2 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 IApprovall Spec No. [Classsification I Manufacturer I Model No. I National Spec I Size Sewer - Piue/Polvmer Pioe 4/14/05 Polymer Modutied Concrete Pro, —'to- USA Meyer Polycrete Pipe ASTM C33, A276, -11 8" to I Q'l Class V 06/09/10 El-9 Reinforced Polymer Concrete Pipe US Composite Pioe Reinforced Polymer Concrete Pioe ASTM C-76 Sewer - Piues/HDPE 33-31-23(1/8/13), * High -density polyethylene pipe Phillips Dnscopipe, Inc. Ooticme Ductile Polyethylene Pipe ASTM D 1248 8" * H:gh-densny polyethylene pipe Plesco Inc. ASTM D 1248 8" * High -density polyethylene pipe Polly Pipe, Inc. ASTMD 1248 8" High -density polyethylene pipe CSR Hydro Condud/Pioelme Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - P1Des/PVC (Pressure Sewer) 33-11-12 (4/1/131 12/02/11 33-11-1� DR -Id PVC Pressure Pipe P,pelife Jctstream PVC Pressure Pipe AW WA C900 4" thru 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Budding Products Royal Seal PVC Pressure Pipe AW WA C900 4" thru 12" Sewer - Piues/PVC* 33-31-20 (7/1/13), * 33-31-20 PVC Sewer Pioe 1-M Manufacturing Co., Inc. (JM Eagle) SDR-26 (PSI 15) ASTM D 3034 4" - 15" 12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 (PSI 15) ASTM D 3034 4" thru 15" * 33-31-20 PVC Sewer Pipe Lamson Won Pipe SDR-26 (PSI 15) ASTM D 3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe SDR-26 (PSI 15) ASTM D3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18" * 33-31-20 PVC Sewer P' 1-M Manufacturin\v�Co, Ina (1M Eagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics 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" - 11" * 33-31-20 PVC Sewer Fittings Plastic Trends, Inc.(Westlake) Gasketed PVC Sewer Main Finings ASTM D 3034 1 3/19/2018 33 3120 PVC Sewer Pipe Pioelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24" 1 3/19/2018 33 3120 PVC Sewer PTe Pioelife Jet Stream SDR 26 ASTM D3034 4"- 15" 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 1 333120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 18"-36" * From Original Standard Products List FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 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, Dbl 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" 1.1.7 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 610OTM and 6101M W? and 2" FB600-7NL, FB1600-7-NL, FV23-777-W-NL, 5/25/2.1. 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., hic. L22-77NL AWWA C800 2" FB600-6-NL, FB1600-6-NL, FV23-666-W- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, L22-66NL AWWA C800 1-1/2" FB600-4-NL, FB1600-4-NL, B11-444-WR- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., hic. NL, B22444-WR-NL, L28-44NL AWWA C800 I, B-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSF 61, 5/25/2.1. 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, ANSE 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 1-1/2 B-25000N, B-20200N-3,H-15000N, H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15530N ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5121/12 33-12-25 Tapping Sleeve (Coated Steep JCM 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 Steep JCM Industries, hic. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steep Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steep Ram. SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steep 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 DEW Plastics Inc. DFW37C-12-1 EPAF FTW Plastic Meter Box w/Composite Lid DEW Plastics Inc. DFW39C-12-1 EPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DEW Plastics Inc. DFW65C-14-IEPAF FFW 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) None Water - Combination Air Release 33-31-70 (01/08/13) * E I-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" * E1-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/2" 1" & 2" * E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3" Water - Dry Barrel Fire 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 -9/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 Shop Drawings No. 6461 10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company ntur A423 Ceion AW WA 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) Water- 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 AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List 4 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 IApprovall Spec No. IClasssification Manufacturer Model No. National Spec Size Water - Piues/PVC (Pressure Water) 33-31-70 (01/08/13) AWWA C900, AWWA C605, 1.113 33-11-12 PVC Pressure Pipe Vinylo ch PVC Pipe DR14 ASTM D1784 4"-16" AWWA C900, AWWA C605, 12/05/23 33-I1-12 PVC Pressure Pie Vin (tech PVC Pie DR18 ASTM D1784 16"-18" AWWA C900, AWWA C605, 09/03/24 33-I1-12 PVC Pressure Pie Northern Pie Products DR14 ASTM D17M 4"-16" AW WA C900, AW WA C605, 09/03/24 33-1142 PVC Pressure Pipe Northern Pipe Products 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 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" 1 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24" AWWA C900-16 UL 1285 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 ANSI/NSF 61 4"-28" FM 1612 AWWA C900-16 UL 1285 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 ANSI/NSF 61 16"-24" FM 1612 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 - PinesNalves & Fittinas/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 & Cl to * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AWWA C 110 * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AW WA C 153, C 110, C III 08/11/98 EI-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112 02/26/14 EI-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AW WA C153 4"-12" 05/14/98 EI-07 Ductile Iron Joint Restraints Ford Meter Box CoXiii-Flange Uni-Flange Series 1400 AW WA C111/C153 4" to 36" 05/14/98 EI-24 PVC Joint Restraints Ford Meter Box Co.fUni-Flange Uni-Flange Series 1500 Circle -Lock AW WA C111/C153 4" 124" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AW WA C111/CI16/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) AW WA C111/CI16/C153 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe) AW WA CI I I/C116/C153 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLCIo 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 -Lk SLUE AW WA C111/C153 12" to 24" 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AW WA C153 4" - 24" 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) Mechanical Joint Fittings AW WA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AW WA CI I I 11/07/16 33-11-11 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 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) ASTM A536 AW WA CI I I 3"-48" EZ Grip Joint Restraint (EZD) Red for C900 WII-18 33-1141 Mechanical Joint Retamor Glands SIP Industries(Serampore) DR14 PVC Pipe ASTM A536 AW WA CI I I 4 -12 EZ Grip Joint Restraint (EZD) Red for C900 .111-18 33-1141 Mechanical Joint Retaner Glands SIP Industries(Serampore) DR18 PVC Pipe ASTM A536 AW WA C111 16"-24" * From Original Standard Products List 5 FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 Approval Spec No. [Classsification Manufacturer Water PiDes & Fittings/Resilient Seated Gate 33-12-20 (05/13/15) Model No. National Spec Size - alves Resilient Wedged Gate Valve w/no Gears alve* American Flow Control Series 2500 Drawing # 94-20247 16" I 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AW WA C515 30" and 36" I I 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SO 94-20255) AW WA C515 20" and 24" I I 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AW WA C515 16" I I 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AW WA C515 4" to 12" I I 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AW WA C515 42" and 48" I I 05/23/91 E1-26 Resilient Wedge Gate Valve Amen— AVK Company American AVK Resilient Scatted GV AW WA C509 4" to 12" I I01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller I I * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" I I E1-26 Resilient Seated Gate Valve M&H 4" - 12" I I * E1-26 Resilient Seated Gate Valve Mueller Co. 4" - 12" I I 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AW WA C515 16" I 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AW WA C515 24" and smaller I 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AW WA C515 30" and 36" I 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AW WA C515 42" and 48" I 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AW WA C509 4" - 12" I 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AW WA C515 16" I 11/08/99 EI-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AW WA C515 24" and smaller I 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AW WA C515 30" and 36" (Note 3) 11/30/12 Resilient WedgF Gate Valve Clow Valve Co. Clow Valve Modal 2638 AW WA C515 24" to 48" (Note 3) 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AW WA C 509, ANSI 420 - stem, 4" - 12" I E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. Mcm,scal 250, requirements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) EJ FImMaster Gate Valve & Boxes 08/24/18 Mateo Gate Valve Mateo -Noma 225 MR AW WA/ANSI C115/An21.15 4" to 16" I Water - PiDes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) I I E1-30 Rubber Seated Butter fly Valve Henry Pratt Co. AW WA C-504 24" I E1-30 Rubber Seated Butterfly Valve Mueller Co. AW WA C-504 24"and smaller I 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AW WA C-504 24" and larger I 06/12/03 E1-30 Valmatm American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AW WA C-504 Up to 84" diameter I 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AW WA C-504 24" to 48" 03/19/18 33 12 21 Rubber Seated ButterflyValve G. A. Industries Golden Anderson AW WA C504 Butter fly Valve AW WA C-504 09/03/24 33 12 21 Rubber Seated ButterFl Valve American AVK Com an AW WA C504 Butterfl Valve Class 250B AW WA C-504 Water - Polved vlene Encasement 33-11-10 (01/08/13) I 05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AW WA C105 8 mil LLD I I 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AW WA C105 8 mil LLD I I 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullshong by Cowtown Bolt & Gasket AW WA C105 8 mil LLD I I 09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AW WA C105 8 mil LLD I I I I Water - SamDline Station I I 09/02/24 1 331250 Water Sampling Station Mueller Water Products, Inc. Model BSS01-36-MUDG2-CSD-NL, Freeze Proof. Hasp for Locking Access Hatch Water - Automatic Flusher HG6-A-IN-2-BRN-LPRR(Portable) 10/21/20 Automated Flushing System Mueller Hydrostuard HG2-A-IN--2-PVC-018-LPLG(Perrnanent) 04/09/21 Automated Flushing System Kupfsde Foundry Company Eclipse #9800wc 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 requirements of the Technical Specification will 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 09/23/2024 I Concrete I Class A (Sidewalk, ADA Ramps, Driveways, Curb/Gutter, Median PaveineaD 19/92022 03 3000 M. Desop, AoP_.P Concrete Co.Prny 30CAF029 3000 psi Conaete for Sidewalks & ADA Ramps 3-5" Slump; 3-6° o Air 19/92022 011001 Ma Design Argos DL00000 t0433 3000 pet Concrete Cor SWmvalks, Curbs 3-5" Slump; 3-6% Av I9/92022 03 30 00 Ma Destgv Argos DIOOO0001055 3000 pet Concrete for fide,, Jvncton Boxes, Manholes, Channel L.ers, Sidewalks, Driveways, Curb & Gutter 3-5" Slump; 3-6%Air 16/2 024 03 3000 Ma Design Big Town Concrete 302050-1 3000 psi Concrete for Curbs said Sidewalks 3-5" Slump; 3-6%Air 19/92022 03 30 00 Ma Design Bumco Texas 30U101AG 3000 psi Concrete Ma for Flatwork 3-5" Slump; 3fi% AP 14/1 024 03 30 00 Ma Design Bumco Texas 30U500BG 3000psi Concrete Mix for Sidewalk, 3-5" Slump; 3fi%Air 19/92022 03 30 00 Ma Design Carder Conaae FWCC502001 3000 psi for Sidewalks, Driveways, Ramps, Cmb & Gutter, Flatwmk 3-5" Slump; 3fi% Air 19/92022 03 3000 M. Design Card. Concrete FWCC502021 3500 psi concrete for SidewaR.s, Driveways, Ramps, Curb & Gutter 3-5" Slump; 3-6% Air 19/92022 03 30 00 Ma Design Cltmley's Concrete 3759 3000 psi Concrete Ma Cor Sidewalks 3-5" S1_P; 3-6% Air 19/9/2022 03 30 00 M. Design Charky's Concrete 4102 3000 psi Concrete Mu Cor Sidewalks 3-5" Slump; 3-6%Air 19/9/2022 03 30 00 M. Design Chisholm Tied Red, Mu C13020AE 3000 psi Co.::. for Driveways, Curb & Gutter 3-5" Slump; 4.5-7.5%Air 19/92022 03 30 00 M. Design City Concrete Company 30HA20E 3000 psi Covaele Mu far Blocking, Sidewalks, F1roc ak, Pads 3-5" Slump; 3-6% AQ 19/92022 03 30 00 M. Design Cow Town Redi Mu 253-W 3000 psi Concrete Mu Sidewalks, ADA Ramps, Driveways, Curb &Gull., Safery End Treatments, Non-TkDOT Retuvmg Walls 3-5" Slump; 3-6% An 19/92022 03 30 00 Mu Design Cow Town Red, Mu 210 3000 psi Conae1, Mu far, Sidewalks, Driveways, ADA Ramps 3-5" Slump; 36% Air 19/92022 03 30 00 Mu Design Cow Town Red, Mu 350 3000 psi Concrete Mu far, Sidewalks, Driveways, ADA Ramps 3-5" Slump; 36 Air 11/29/2024 033000 Ma Desigo Estuda Ready Mir R3050AEWR 5.00 Sacks / 3,000 psi Concrete for Sidewalk,, Ramps, inlets, s id Manholes 3-5" Slump; 36% Air 19/92022 03 30 00 Ma Design GCH Concrete Services GCH4000 4000 psi Concrete fir far, Sidewalks, Ramps, Headwalls, mle6, said Storin Dm. Sttucmres 3-5" 1lump; 3-6 Air 19/92022 03 30 00 Mu Design Hokin, - SOR, arc. 1261 3000 psi Concrete Mu fm Sidewalks 3-5" Slump; 3fi% Aar 19/92022 03 30 00 Ma Design Holcim - SOR, arc. 5177 3000 psi Concrete Mu for Sidewalks 3-5" Slump; 36%An 19/92022 03 3000 Mu Design Holcon - SOP- Inc 5409 4000 psi Concrete Ma Cor Sidewalks, inlets 3-5" Slump; 3-6%AP 19/92022 03 3000 M. Design Ingram Concrete & Aggregates 2MWR-147QW5D5 3000 psi Concrete Mu Cor Sidewalks, ADA Ramps 3", Slump; 3-6%Au 19/92022 03 3000 Ma Design Ing— Concrete & Aggregates 2MWR-70J23504 3000 psi Concrete for Sidewalks, ADA Ramps 3-5" Slump; 3-6% Av 14/72023 03 3000 Ma Design Liquid Stone C30ID 3,000 psi Concrete for Sidewalks, Approaches, and Driveways. -6 3-5" Slump; 3-6% Av 19/92022 03 3000 9/9 Ma Design Marto M— R2136214 3,000 psi Concrete for Sidewalks & Ramps 3-5" Slump; 19/92022 03 30 00 Ma Desigo Mart. Manetm R2136014 3,000 psi Concrete for Sidewalks & Ramps 3-5" Slump; 3fi% Air 14/12023 03300 00 Ma Design Marto M—Pe R2136N14 5 00 sacks / 3,000 psi concete fm Sidewalks 3-5" Slump; 3-6%Air 16/12023 033000 Ma Design Mart. Mariam R2136R20 3,000 psi Concrete for Sidewalks and Ramps 3-5" Slump; 3-6% An 16/12023 03 30 00 Ma Dea,eo Mart. Manata R2136N20 3,000 psi Conmae for Sidewalks and Ramps 3-5" Slump; 3-6%Air 1112/2022 03 30 00 M. Design Mazt. Mariate R2141K24 4,000 psi Concrete for luncuon Boxes, Sidewalks and Ramps 3-5" Slump; 3-6% Air 18/42023 0330.0 Ma Design Minim Manata R2136R14 5.00 sacks / 3,500 psi Concrete for Sidewalks and Ramps 3-5" Slump; 3fi% Air 33000 14/7/2023 .33..0 M. Design Maze. Manata R2136K14 3,000 psi concrete for sidewalks and romps 3-5" Slump; 3-6% Air 19/92022 03 30 00 Mur Design Marl. Manata R2131314 3,000 psi Concrete f Sidewalks & Ramps 3-5" Slump; 3-6% An 19/92022 03 30 00 Mu Design Marl. Manata R2132214 3,000 Psi Concrete far Sidewalks & Ramps 3-5" Slump; 36%Ah 19/92022 03 30 00 Mu Design Mart. Marietta D9490SC 3,000 psi Concrete far, Sidewalks & Ramps 3-5" Slump; 4.5-7.5%Air 110/4/2023 03 30 00 Mu Design NBR Ready Mu CLS A-YY 5.00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter 3-5" Slump; 3fi% Air 110/4/2023 03 30 00 Mu Design NBR Ready Mu CLS A -NY 5.00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter 3-5" Slump; 3fi% Air 17/10/2023 03 30 00 Mu Ding Oebum 30A50MR 5 SK / 3,000 psi Concrete far Sidewalks 3-5" Slump; 3fi% Air 11/18/2023 03 30 00 Ma Design Rapid Redi Ma RRM5020A 3000 psi Concrete for Curb, Gutter, Driveways, Sidewalk, Ramps 3-5" Slump; 36%An 11/24/2023 03 30 00 Mu Design Rapid Redi Mu RRM5525A 3600 psi Concrete for Valley Gutters, Sidewalk,, Approaches, ADA Ramps 3-5" Slump; 3-6%Au 19/92022 03 3000 Ma Design Re-M.IOL11504 6 00 Sacks / 4,000 psi Concrete Mu for Sidewalks, Curb & Gutter, Sewer Manhole, Inlets, & luncton Boxes 31" Slump; 3-6%Au 19/92022 03 300 Ma Design Bedi-Mu 10JI1524 3000 psi Concrete Ma for Driveways, Sidewalks, ADA Ramps 3-5" Slump; 3-6%Au 19/92022 03 3000 Ma Design Redi-Mu VO111524 3000 psi Concrete Ma for Cmb &Gutter 3-5" Slump; 3-6% AP 19/92022 03 3000 Mae Design SRM Concrete 30050 3,000 psi Concrete for Sidewalks, Ramps, Inlets, Junction Boxes, Thmst Blocks, Curb and Gutter, Driveways, Barr,. Ramp 3-5" Slump; 3-6% Air 19/92022 03 30 00 Ma Design Tarrant Concrete FW5025A 3000 psi Concrete Ma for Cmb & Gutter, Driveways, Salm.11,, ADA Ramps 3-5" Slump; 3fi%Air 19/92022 03 30 00 Ma Design Tartant Concrete CP5020A 3000 psi Concrete Ma for Cmb and Gut. 3-5" Slump; 3fi% Air 110/102022 03 3000 Ma Design Tarrant Concrete TCFW5020A 3000 psi Concrete for Sidewalks 3-5" Slump; 3fi% An 19/9/2022 03 30 00 Mee Design Tariant Concrete FW5525A2 3600 psi Concrete Ma far Sidewalks, Drive Approaches, ADA Ramp, Curb and Gutter 3-5" Slump; 3-6%An 19/9/2022 03 30 00 M. Design I— Ready Mix 3020AE 3000 psi Covaele for Sidewalks 3-5" Slump; 3fi% Air 19/9/2022 03 30 00 Ma Design Tme Cnt Red, Ma 0250 230 3000 psi Concrete Mix far Flamrok, Curb & Gutter, Driveways, Sidewalks, ADA Ramps 3-5" Slump; 3fi% Air 19/9/2022 0)33 30 00 Mu Der-yr� Tine Girl Red, Ma 0250 2301 3000 Psi Conaele Mor for Curb & Gutter, Driveways, Sidewalks, ADA Ramps 3-5" Si- 3-6%A r I Class CM..,Mnt.jae Ju..Boxes, keneaseurent. BlocIdne, Collars. Liehtp Foundations) 19/9/2022 03 30 00 Mu Design American Concrete Company -40CNF065 4000 psi Concrete for Manholes & Utility Structures 3-5" Slump; 0-3%Au 19/9/2022 03 3000 Mu Design Argos DIOOO0001061 3600 pei Concrete for Inlets, Boxes, Enc.s t, Blocking 3-5" Slump; 3-6%Air 19/9/2022 03 3000 Mu Design Argos D10000001055 3000 psi Concrete for Inlets, luncton Boxes, Mm boles, Chsunel L.ers, Sidewalks, Driveways, Curb & Gutter 31" Slump; 3-6%AP 19/9/2022 03 3000 Ma Design Argos D1000001615 3600 psi Concrete for Inlets, Boxes, EncasemrnS Blockmg 3-5" Slump; 3fi% Air 19/9/2022 03 3000 Mae Design Ch lcVs Concrete 4502 3000 psi Concrete Mae for Sidewalks, BlocJwg 3-5" Sl_P; 3-6%Air 19/9/2022 03 30 00 Ma Design Bumcc Texas 40U500BG 4000 psi Concrete Ma for Stony Dram Stmctmes, Driveways, Scrcrn Wells, Collars 3-5" Slump; 3-6%Air 19/9/2022 03 30 00 Ma Design Cow Town Redi Ma 255-2 3000 psi Concrete Ma for Inlets, Tmust Blocking, Concrete Encasement 3-5" Slump; 3-6% An 19/92022 03 30 00 Ma Design Cow Town Red, Ma 355 3000 psi Can to Ma for Inlets, Thmst Bmekoig, Covaele Encasemrnt 3-5" Slump; 3-6% Air 19/92022 03 30 00 Ma Design Cow Town Red, Ma 255 3500 psi Covaele Ma fm Flatwmk Inlets, Thmsl Blocking Covaele Encasement 3-5" Slump; 3-6%Air 19/9/2022 03 30 00 M. Design Cow Town Redi Mu 270 5000 psi Concrete Mu far Cask-m-Place Box Culverts 3-5" Slump; 3-6%Air 19/9/2022 03 30 00 Ma Desiga Cow Town Red, Ma 370 5000 psi Covaele Ma for Cask-m-Place Box Culverts 3-5" Slump; 3fi%Air 19/9/2022 03 30 00 Ma Design Cow Toxin Red, Ma 353 3000 psi Concrete Ma f Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Nov-TxDOT Raa..g Walla 3-5" Slump; 3fi "Aar 19/9/2022 03 30 00 M. Design Cow Town Redi Mur 257 3600 psi Covaele mu far Valley Gutters, Lightpole Found,tmne 3-5" Slump; 3-6%A r 19/9/2022 03 30 00 Mu Design Cow Town Red, Mu 357 3600 psi Canaele Mu far Valley Gutters, Lightpok Foundalmvs 3-5" Slump; 366 Air19/9/2022 03 30 00 Mu Design Hold. - SOR, Inc. 1701 4000 per Co.aele Mu far Storm Dram Sttuc.res, Sanitary Sewer Manholes, JuncPon Box 3-5" Slump; 3b% Av 19/92022 033000 Mu Design Holcim - SOR, Inc. 1551 3000 psi Concrete Mu far Blocking 3-5" Slump; 3fi% Av 19/92022 03 30 00 Mu Design Hold. - SOR, Inc. 5409 4000 psi Concrete Mu for Sidewalks, Inlets 3-5" Slump; 3fi% Air 14/27/2023 03 30 00 Mu Design Liquid Stone C361DNFA 3,600 Psi Concrete for Retaining wall, driveway, tunaop boX aproq approach 3-5" Slump; 3fi% Air 19/92022 03 30 00 Ma Design Mart. Marietta R2141230 4,000 psi Concrete for Manholes, inlets & Headwalls, �f (( p rid 3-5" Slump; 3-6%An 18/42023 03 3000 Mu Design Martin Mariam R2141 R24 5 53 Sacks / 4,000 psi Concrete for J action Box, Box Culvert, Sidewalks said Ramps. 3-5" Slump; 3-6% Av 111202023 03 3000 Mu Design Martin Marta R2146R33 6 Ol Sacks / 4,000 psi Concrete Mu for CIPSewer Manholes 31" Slump; 3-6%Au 111202023 03 3000 Mu Design Martin Mariam R2146K33 6 Ol Sacks / 4,000 psi Concrete Ma for CIP Sewer Manholes. 3-5" Slump; 3-6%Au 19/9/2022 03 3000 Ma Design Martin Marietta R2142233 3,600 psi Concrete for Manholes, inlets & Headwalls 3-5" Slump; 4 5-7 5%Air 19/9/2022 03 3000 MsDesign Mart. Mariam R2136224 3,600 psi Concrete for Cmb Inlets 3-5" Slump; 3-6%Air 19/9/2022 03 30 00 Ma Design Marto Marietta R2141233 3,600 psi Concrete for Storin S-cones, Inlets, Blodmg & Encasemrnt 3-5" Shunp; 3fi%Air 19/9/2022 03 30 00 M. Design Marta Marietta R2146038 4,500 psi Concrete for Inlets, Storm Dram S.—a 3-5" Slump; 3fi% An 18/42023 03 30 00 MsDesign Mart. Marietta R2146R35 6.11 Sacks / 4,500 psi Covaele for Inlets, Manholes, and Headwalls 3-5" Slump; 3-6%An 19/122023 03 30 00 M. Design NBR Ready Mix CLS Pl-YY 6.00 Sacks / 4,000 psi Concrete for Collars, Manholes, Box Culv.ls 3-5" Slump; 3fi% Air 19/9/2022 03 30 00 M. Design NBR Ready Mix TX C-YY 3000 psi Concrete Mu far, Curb Inlets 3-5" Slump;3-6% Air 19/92022 03 30 00 M. Design NBR Ready Mix TX C-NY 3000 psi Can=. M. far, Curb fillets 3-5" S1nmP; 3-6% Air 11/18/2023 03 30 00 M. Design Rapid Red, M. RRM5320A 3000 psi Can=. for Block.g 3-5" Slump; 3-6% An 11/18/2023 03 30 00 Mur Design Rapid Redi Mu RRM6020ASS 4000 psi Concrete for Strom Dram Stuctures 3-5" Slump; 3-6% An 19/92022 03 30 00 Ma Design Redt-Mix IRJ11524 3500 psi Covaele Ma far Thmst Blocks, Valve Pads 3-5" Slump; 36% Av 19/92022 03 30 00 Ma Design Redi-Mix 156/1524 4000 psi Concrete Ma far Caret-m-Place Stonn Drz, Structures 3-5" Slump; 36% Air 112/52022 03 30 00 Ma Design Redt-Mu 10K115C4 3500 psi Concrete for Thmst Blocks, Valve Pads 3-5" Slump; 3-6%Au CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I i,'o.cref (cv.ti.uedl I12/52022 03 30 00 Mu Design Re is I9292022 03 30 00 Mu Design Re is I11/212022 03 30 00 Mu Design Redi-Mix I9/162024 03 30 00 Mu Design SRM Concrete I9/92022 03 30 00 Mu Design TapanI Concrete 110/102022 03 30 W I C M. Deejj$$1, W--Rs, Culverts, Tamgn[ Concrete Dr fled Sha Del es P �saRa. Drilled I Dred hafts I9/9/2022 03 3000 M. D-ga Bumco Texas I6212023 011101 Mu Dearea Cow T.— Redr M. 112/52022 03 3000 Ma DCa,ea Hcicun - SOR, Inc I9/9/2022 03 3000 Ma Desren Holcun - SOR, Inc I4/7/2023 03 3001 Ma Desren Ingmry Conce, & Aggregates I4/7/2023 03 3000 Ma Dearen Lq al Stove I6272023 03 30 00 Ma Drs,er, Madm Manetta I6272023 03 30 00 Ma Dearen Madu, Manetta I8/4/2023 03 30 00 Ma Drs,er, Ms., Manetta '024 03 30 00 M: Desren NBR Ready Ma I8/2 024 03 3000 M. Dearer, NBR Ready M. I5/152023 0``3 3000 M. Dearer, Red,-M. I Vther Applications I919/2022 03 3001 Mu Des,- Argos I9/9/2022 03 3000 M. D.ren Argos I9/92022 03 3000 M. Dearen Argos I9/92022 03 3000 M. Dearg. Carder Concrete I9/9/2022 03 30 00 Mil Deeiaa Charls s Co I9/92022 03 30 00 Mi. Deelaa Charlencrete s Concrete I9/92022 03 30 00 Mil De gar City Concrete Co�P/any I9192022 03 30 00 Mu Design Cow Town R.0 Mu I9/9/2022 03 30 00 Mu Design Cow Town R.& Mi. I9/92022 03 30 00 Mi. Design Cow Town Rer i Mi. 11/292024 03 30 00 Mi. Design Estrada Ready, - I9/92022 03 30 00 Mi. Design GCH Concrete —csa I9/92022 03 30 00 Mu Design Holcim - SOR, Inc. I4/12023 03 30 00 Mic DesigP Marlin Marietta I8/30/2023 033000 Mr. DesI, Marlin Marietta I9/92022 03 30 00 Mu Des; Mani. Marietta I12/52022 03 30 00 M. Des Redi-Min I9/92022 03 30" Mu Des; SRM Concrete I9/92022 03 M DO M. Des SRM Concrete I4/12024 03 3011 Mix Design SRM Concrete I9/9,022 03 30 00 M. Dcs 11�� I—" Concrete I Mass P (M.Ai.e Plac.U.A..) I919/2022 121113 M, Deng. Argos I6/2 024 32 13 13 M. Deargn Bra Tow. Concrete I6/2 024 3213 13 M. Dearen Bra Tow. Covcretc I9/92022 32 13 13 M. Dearer, Carder Co.crete I9/92022 32 13 13 M. Dealer, Carder Concrete I9/92022 3213 13 M. Dealer, Ch.lcVs Co.crete I9/92022 32 13 13 M. Desigr, C,ty Co.cretc Company I9/92022 33 13 13 M. Dealka Cow Town R.dl M. I11/142022 321313 M.Desiga CowT.— Redi M. I9/9/2022 32 13 13 M. Design Cow Tow. Redi Ma I9/9/2022 32 13 13 M. Desiga Cow Town Redi Ma I2/62024 321313 Mu Design Estrada Ready Mix I9/92022 32 13 13 M. Design mgam Concrete & Aggregates I8/42023 32 13 13 M. Design Man. Manetta IIM/2022 321313 Mrs Design Men. Man.tta I10/4/2023 321313 M. Design NBR Ready Mu It0/4/2023 321313 M. Design NBR Ready Mi. I9/16/2024 321313 Mrs Design SRM Concrete I9/92022 32 13 13 M. Desq" Tartant Cor,cr.te I9/92022 32 13 13 M. Dear" Tme Gnt Red,M, I9/9/2022 21313 M.c De)�n Tme Gnt Red, M, I ces H (Ilam I Placed Pa_.) I9/9/2022 3213 13 M' Dea,gn Ara— Concrete Company I9/9/2022 32 13 13 M. Deargn Argoa 32 13 13 M.c Dealer, Argos i9/9/2022 9/92022 32 13 l3 M.Dearga Argos I9192022 3213 13 Ma Dearga Argos I9/92022 3213 13 M. Dealer, Argos I522023 3213 13 M. Design Bra D Concrete I9/92022 3213 13 M. Design Brg Town Concrete I9/92022 32 13 13 M. Dealka Brg Tow. Concrete I9/9/2022 32 13 13 M. Design B.mco Texas I9/9/2022 32 13 13 M. Desiea Carder Concrete I9/92022 32 13 13 M. Design Charley's Concrete I9/92022 32 13 13 M. Design Charley's C-- 9/9 022 32 13 13 M. Design C,ty Concrete Company I9/92022 32 13 13 M. Design Cow Tow. Red, Mu I9/9/2022 32 13 13 M. Design Cow Town Redi Mu 11/29/2024 32 13 13 M. Design Estrada Ready Ma I9/92022 32 13 13 M. Design GCH Concrete Services I9/92022 32 13 13 M. D.,an Holcim -SOR, roc. I9/92022 321313 M. Dearer, mgaa Concrete&Aggregates I9/92022 3213 13 M' Drs,er, mgam Concrete & Aggregates I9/92022 321313 M.Dwrgn Ing—Concrete&Aggregates I I122022 32 13 13 M. Desrga Mart. Marlette I8/42023 32 13 13 M. Desrgr, Mart. Manetta 156115C4 4000 psi Concrete f CrP Sar m Drain Stmctures 3-5" Slump. 3-6% Air ]OL21524 4000 psi Concrete Mi. for Manholes 3-5" Slump, 3-6%Ate 145P2 350505P4 3500 psi Concrete f SThmst Blocks and Collars 3-5" Slamp, 3-6%Ate FW5320A 3000 psi Concrete Mi. for Blocking 3-5"Slump.36%A'v TCFW6025A2 4000 psi Concrete f Manholes 3-S" Slamp, 3-6%Ate 36U500BG 3600 psi Concrete Mi. for Li¢htina and Traffic Signal Foundations (Drilled Shafts) 5.5-7.5" Slump; 3-6%Av 360-DS 3600 psi Concrete f Drilled Shutt/Lighting and Traffic Signal Foundation (Drilled Shafts) 5.5-7.5" Slump; 3-6% Av 1822 3600 psi Concrete f (DrRled Shafts)/Ligh[ine and Traffic Signal Foundations 5.5-7.5" Slump; 0-3 % Av 1859 4000 psi Concrete for (DrRled Shafts)/Ligh[ine and Traffic Signal Foundations 5.5-7.5" Slump; 3-6% Av ]OLQS50N 3.600 vsi Concrete for (DrRled Shafts)/Lighting and Traffic Signal Foundations 5.5-7.5" Slump; 3-6% Av C36IDHR 3.600 mi Concrete for (DrRled Shaft)/Ligbfi-and Traffic Signal Foundations 5.5-7.5" Slump; 3-6%Au U2146N41 6 44sacka / 3,600 car Concrete for (DrMW Shafts) / Lighting and Traffic Signal I ..datlo.s 5-7" Slump; 3-6% Av U2146K45 6 65 sacks / 3.600 psi Concrete for (Ddled Shafts) / Lighting and Tmfic Signal Foundations 5-7" Slump; 3-6%Au U2146R41 6 44 sacks l4.500 psi Concrete for (Drilled Pic.)/Light Pole bases 5-7" Slump; 3-6%Au 135K2524 3500 psi Concrete for (DrRled Shaft) Liehmole I ..datlona 55" Slump; 3-6%Au 135K0524 3500 psi Concrete for (Drilled 6haft) Lich Pouvdatiova 5:5 Slump; 3-6%Au BOLL I5D5 3600 osi Concrete f (Ddled Shafts) /Lighting and Traffic Signal Foundation= 5.5-7.5" Slump; 3-6%Au D10000001083S 4000 psi Concrete for Valve Pads, Inlets, Structures, Headwalls, Thmst Blocking 3-5" Slump; 3-6%Au D10000001083 4000 per Concrete for Valve Pads, Inlets, St ucta cs, Headwalls, Thmst Blocking 3-5" Slump; 3-6% Av D 10000001681 4000 psr Covcretc for Headwalls, Retam.g Walls, Box Culverts, Valley Guam 3-5" Slump; 3-6%Al, FWCC602001 4000 psr Concrete for Storm Drain S-rar cs, Manholes, Headwalls, Retaining Walls, Valley G.—, Drive Approaches 3-5" Slamp; 3-6% Aa 4518 4000 psi Concrete for Headwalls, Wingwalls 3-5" Slump. 3-6% Air 5642 4000 psi Concrete f Storm Drain Swcmres 3-5" Slump. 36%Air 40LA2011 4000 psi Concrete Mi. for Stomr Drain Stm..— 3-S" Slump. 3fi , Air 260-2 3600 psi Concrete Mi for Box C.1 srls, Headwalls 3-S" Slump, 3-6%Air 360-1 3600 psi Concrete for Box Culverts, Headwalls, 3-5" Slump, 36% A'v yMi. �Wi.gw.11s 5.50 Slam' GCH4 0� 4000 psi Cocoa foa for Sid—.&s, Rampss, H dwalls, inlets, and St.— Drain Stmctures 3-5" Slump, 3fi%Ate 1851 4500 psi Concrete for Storm Drain S-ctures, Hand Placed Paving 31" Slump, 3fi%A'v 310LBP 3,6001Q7��fj Co.uete fr RetainWalls 3-5"Stump,4-7%Air R2141R30 5.85 SIK / 4,000 psi Concrete for Box Culverts & Headwalls 3-5" Stump, 36%Air R2146035 4,000p�\ for Manholes, hdets & Headwalls, Valve Pads 3-5" Stump, 36% Air l OL115C4 �C,o.crete 3600 pet � .rZa for Manhole, milt, Junction Box, Headwall 3-5" Stu—:36% Air 40050 4,000 pi Concrete fr Hdwalls, Retainvuv Wall, Collars 3-5" Slump, 36% Air 35022 3,600p� Concrete fr Junction Box, Retaining Walls 3-5"Slamp,36%Air 45050 4500 psi _as for S.— Stmetarw 3-5" Slump. 3-6%Ate FW6020A2 4000 psi Concrete Mu for Stonn Drain Stmctares 3-5" Slamp, 3-6%Ate D10000001617 3610 psr Concrete for Mech.e Placed Paving 1-3" Slump; 3-6%Au 360060-1 3600 per Concrete for Machine Placed Paving l-3" Slump; 3-6%Ara 362060-1 3600 psr Concrete for Mach— Placed Paving l-3" Slump; 3-6% Av FWCC552091 3600 psr fr Machine Placed Paving L-3" Slump; 3-6% Arr FWCC602091 4000 psr for Machine Placed Paving l-3"Slump; 3-6 Aa 5167 3600 psr Concrete M.c for Machine Placed Paving l-3" Slump; 36% Air 3fiLA2011 3600 psr Concrete M. for Machine Placed Paving L-3" Slump; 36%An 257-M 36M psr Concrete M. Cor Machiace ne Placed Paving 1-3"m6 p; 3-Air :la 357-M 3600 psr Concrete M. Cor Machine Placed Paving 1-3" Slump; 3-6 Air 260-M 4000 psr Concrete Mu Cor Machine Placed Paving 1-3" Slump; 36% Air 360-M 4000 psr Cpr,mete M. for Machine Placed Paving 1-3" Slump; 36a Air TD3655AEWR 5.50 Sacks / 3,600 psr C--lc for Machine Placed Paving 1-3" Slump; 36a Air 2MWRC56PS5D5 4000 psr Concrete Machine Placed Paving 1-3" Smmp; 36a Air Q2141R27 5.69 sacks/4,000 psr Cmmte for Machine Placed Paving 1-3"Slump; 36%Air Q2141K30 4,000 psi Concrete for Machine Placed Pay.g 1-3 "Slump; 36%Ate TX C SF-YY 5.50 Sacks / 3,600 psr Concrete for Mach.. Placed Paving 1-3" Slump; 3-6 Air TX C SF -NY 5.50 Sack' / 3,600 psr Covcr.te for Machine Placed Paving 1-3" Stump; 3-6 Air 40025 4000 per Concrete fr Machine Placed Pay.g 1-3 "Slump; 36%Air FW5520AMP 3600 psr Concrete for Machine Placed Pay.g 1-3"Slump; 36%A 0255.2301 3600 psr Concrete M. for Machine Placed Pavrag l-3" Slump; 3 5-6 5%Au 0260.2302 4000 psr Concrete M. for Machine Placed Pave l-3" Slump; 3 5-6 5%Au 45CAF'076 4500 ps, Concrete for Hand Placed Paving 3-5" Slump; 3-6%Au D 10000001273 4500 psi Concrete for Head Placed Paving 3-5" Slump; 3-6%Au D10000001737 4500 psr Concrete for Hand Placed Paving 3-5" Slamp; 3-6% Av D 10000002107 4500 psr Concrete for Hand Placed Paving 3-5" Slump; 3-6 Au D 10000001791 4500 psr Concrete for Hand Placed Paving 3-5" Slump; 3-6 Aa DJOOO0001103 4500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air CM14528AE 4500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6 An 452065-1 4500 psi hand placed paving 3-5" Stamp; 36%Air 450065-1 4500 psi hand placed paving 3-5"Slump; 3-6 Air 45U500BG 4500 psr Concr.t. M. fin Hand Placed Pay.g, Storm Swcturea 3-5" Slump; 36% Air FWCC602021 4500 psr concrete fin Hand Placed Pay.g 3-5" Slump; 36% Air 4609 4500 psr Concrete Mu f Hand Placed Paving, Manholca 3-5" Slump; 36% Air 6103 4500 ps, Concrete M. for Hand Placed Pay.g, Manhol a 3-5" Smmp; 36% Air 45NA20R 4500 psr Concrete Mu for Hand Placed Pay.g 3-5" Slump; 36% Air265 4500 psr Concrete Mrs for Hand Placed Pay.g 3-5" Slump; 36% Air365 4500 psr Concrete M. for Heard Placed Pay.g 3-5" Slump; 3-6 AirR4560AEWR/ 6.00 Sacks / 4,500 psr Concrete for Hand Placed Paving 3-5" Slump; 4-6 AirGCH4500 4500 psr Concrete Hand Placed Paving 3-5"Slump; 36%Air 1851 4500 psr Concrete for Storm D—Stmcmres, Hand Placed Paving 3-5" Slump; 36%Aa 2MWR-1fi1PSMM 4500 psi Concrete M, for Hand Placed Pay.g 3-5"Slump; 35-65%Au 2MWR-]fi]UVSDM 4500 psi Concrete for Head Placed Pay.g 31"Slump; 3-6%Au 2MWR-IOMQS50N 4500 psr Concrete for Hand Placed Paving 3-5" Slump; 3-6%Au R2146N35 6 1l sacks / 4,500 psr cocrete for Hand Place Pay.g, inlets, Manholes, HcW aRs 3-5" Slamp; 36% Aa R2146R36 6 17 / 4,500 psr Conce, f r Haad Placed Pay.g 3-5" Slump; 3-6%Au CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I 111/22022 111/22022 I5/22/2023 112/22/2023 112/22/2023 111/152022 111/1520 2 19/92022 19/92022 19/92022 19/92022 19/92022 110/42023 110/42023 17/102023 11/24/2023 19/92022 19/92022 19/92022 19/92022 11/132023 19/9/2022 19/92022 19/92022 19/92022 19/92022 19/92022 19/9,022 19/92022 19/9/2022 19/9/2022 19/9/2022 19/92022 19/92022 19/91022 I I/18202, 1112 124 19/92022 11/242023 14n12023 19/92022 12/102023 I9/92022 19/92022 19/92022 19/9/2022 19/9/2022 19/9/2022 11/292024 15/3/2023 14/120 3 14/152024 14/152024 19/92022 15/5/2023 I 14/1/2023 19/92022 19/9/2022 19/9/2022 19/9/2022 19/92022 19/92022 19/92022 110/42023 19/92022 I 14/12023 14/l'023 3213 IS Mix Design 3213 13 Mi. Design 3213 13 Mi. Design 32 13 13 Mi, Deaipp 32 13 L3 Mi. Dea go, 3213 13 Mi. Design 32 13 13 Mix De Ign 32 13 13 M& Design 32 13 13 Mix Design 32 13 13 Mix Design 32 13 13 Mix Desigp 32 13 13 M. Desigp 32 13 13 Miz Design 32 13 13 Mi. Design 32 13 13 Mix DIP, 32 13 13 Mu Desfl 32 13 13 Mu Demon 32 13 13 Mu D.W, 321313 Mu Delp 321313 Mu Design 321313 Mi, Design 3213 L3 Mi. Design 3213 13 Mi. Design 3213 L3 Mix Design 32 13 13 Mi. Design 32 13 13 Mi. Desion 32 13 13 Mi. Design 32 13 13 Mix Design 32 13 13 &Des v hhaa HE B q�i�Earl,trwgthP 321313 M Design 321313 Mi. De on 32 13 13 M. De ion 3213 L3 M&Des igp 32 13 13 Mix De ion 32 13 L3 Mix Dear 32 13 13 Mi. Dail on 32 13 13 Mi. Design 32 13 13 Mi. Design 32 13 13 Mi. Design 32 13 13 Mix Desigp 32 13 13 Mix Design 32 13 13 M. Design 32 13 13 Mix Desigp 32 13 13 Mi. Des�p 3s�21313 MieDe�r Clas S rida�ba1Ton Slabs o 32131r M, De 321313 M&Desion 321313 M&Design 3213 13 M-Deaipp 32 13 13 Mm Desion 3213 13 Mix De ion 32 13 13 Mix De ion 32 13 13 Mix Desion 32 13 13 Mix Desion 32 13 13 Mix Des n ZonI Base l'rmch epmr 03 34 16 Mix Design 03 M l6 Mu Dcs�°n ontrouw Low Strm4 Material 03 34 13 Mix Design 03 34 l3 Mu Desion 03 34 l3 Mu Desion 03 34 l3 Mm Desipp 0334 13 Mm Design 03 34 l3 Mm Desion 03 34 13 Mu Design 03 34 13 Mm D— ... rete Rink �n I31 37 00 X Desion 31 37 00 Mi. Desion Marlin Marietta Marlin Marietta Marlin Marietta Marlin Marietta Marlin Marietta Marlin Marietta Marlin Marietta Marlin M— Marlin Marietta Marlin Marietta Marlin Marietta Mann Mantas NBR Re Mu NBR Re a Osbum R.�jjid Redi Mu Redi-Min Redi-Mix Redi-Mix Redi-Mix SRM Concrete SRM Concrete Tarrant Concrete TarrmI Concrete Tarrmt Concrete Tian Ready Mix Tme Grit Redi M. Tme Grit Redi M& Tme Grit Redi Miz suing) Big D Concrete Bumco Texas Charleys C ncr t Cow Town Redi Mu Cow Town Redi Mu Cow Town Redi Mu Cow Town Redi Mu Estrada Readyy Mu Holcim - S(SR, Inc. t.' d Stone Marvin Marietta Redi-Ml SRM Concrete SRM Concrete TaranI Concrete Tarrant Concrete f Direct T.CBi Culverh, AJ p.rh Slabs) Cow Town Red{ M Cow Town Rd i Mu Cow Town Redi Mu Estrada Ready Mix Marlin Marietta Martin Marietta NBR Read��Mix NBR ReadyMix Redi-Mix SRM Concrete Bumco T— B r. T— B— Terns Carder C.— Carder Concete CityConmUe CamJnJ?nY Cow Town Redi M& Martin Marietta NBR Ready Mu Tarrant Concrete (Martin Marietta Martin Marietta si R2146K36 4,506 Concrete, for Hand Placed Pavmg 3-5"Slump. 3-6%Air 1. �° .I // �4,500 rete � 3-6 Air R2146R444 6.60 S.I.psCCon Mu for H dd Placed Paving 3-5" Slump. 3-6 Air R2146K44 6.60 Sacks / 4,500 Concrete Mi for Hand Placed Paving 3-5" Slump. 36%Air R2146P36 %, 4,500 psiC nc Ue PPor Hand Placed Paving 3-S"Slump. 36%Air R2146K36 4,SOOpsi Conc Uefor Hand Placed Paving 31"Slump. 36%Ate R2147241 4,500 pace pi Concrete for Hand Placed Pavig n 31:: Slump, 4.51.5%Air R2146236 4,500 p5 Conc to for Hand Placed Paving 3-5"Slump,36%A'v R2146036 4,500 q�`�onc to for Hand Placed Paving, Inlets 31" Stamp, 36% Ah R2146242 4,500 P� Coneret for Hand Placed Paving 3-5" Slam,, 36%Ab R2146042 4,500 psi Concrete for Hand Placed Pavine 3-5" Slump, 36% Air CLS P2-YY 6.50 Sacks / 4,500 psi Concrete for Hand Placed Paving 3-5" Slump, 3-6 Air CLS P2-NY 6.50 Sacks / 4,500 psi Can— for Hand Placed Paving 3-5" Slump, 3-6 Air 45A6OMR 6SK/4,500 psi Concrete for Hand Placed Paving 3-5"Slump, 36%Air RRM6320ARP 4500 psi Concrete for Hand Placed Pavit�ff 3-5" Slump, 36% Air 1OM11524 4500 psi Concrete Mu for Hand Placed Pa 3-5" Slump, 36%Ate lOM1l5D4 4500 psi Concrete Mu for Hand Placed Paving, S[onn Drain StrucNas 3-5" Slump, 36% Air IOM71504 4500psi Concrete Mi for Hand Placed Pavmg" 3-5 "Slump, 36%Air 145CD5P4 4500 psi Concrete Mix for Hand Placed Paving, Storm Drain Stmcta— 3-5" Slump, 3-6%Ate 45023 4,500 iConmetefor Hand Placed Paving 3-5 "Slump. 3-6%Ate 45000 4,506 iConcrete Cor Hand Placed Paving 31"Slump. 3-6%Air FW6020AHP 4500 psi Concrete Mu for Hand Placed Paving 3-5" Slump. 3-6 Ah FW60AHP 4500 psi Concrete Mu for Hand Placed Paving 3-5"Slump.36%Air TCFW6020AHP 4500 psi Concrete Mu for Hand Placed Paving 3-5"Sharp, 36%Air TRC4520 4500 psi Concrete for Hand Placed Pavi9ff 3-S" Slump. 36% Air 02602301 4500 psi Concrete Mu for Hand Placed Pav! 3-S" Slump, 36%Air 0265.2301 4500 psi Concrete Mu for Valle_ Gutters, Han Placed Paving 3-5" Slump, 3.56.5%Air 270.230 5000 psi Concrete for Hand Pla� Paving 31" Slump, 36%Air 14500AE 4500 psi Concrete f H' Early Strength Paving 3-5" Slump. 3-6%Ate 55UI20AG 4000 psi Concrete Mbe m Earl�Streng�h Paving 3-5" Slump, 3-6%Air 6589 4500 psi Concrete Mu for Hrearly Strength Paving 3-5" Slump, 3-6% Air 370-INC 4500 psi Concrete f HES Pavmg 3-5" Slump, 36%Ate 375-NC 5000 psi Concrete f HISS Paving 3-5" Slump, 36% Air 370-NC 4500 psi Concrete fm RES Paving 3-5 Shunp. 36%Air 380-NC 4500 si Concrete far HISS Pav�"r 31" Slump. 36%Air 4575AESC 7.50 ks/4,500 Qsi(3,000,Ti (a,3-&,)Concretefor HESPaving 3-S"Slump, 36%Ate 2125 5000 psi Concrete f HISS Paving 3-5" Slump, 36% Air C451DHR-A 4500 (3,000e f r H241vs. HES Pav�'9C 3-5" Slump, 36% Air ONI I507 4500 psi (2600 psi r 4 hrsJ Concrete Mu for HES Paving 3-5" Slump, 4.56.5 % Air 50310 5,000 �iConcreteor HES Pavia, 3-5"Skimp, 36%Air 40326 4,500 t 000 4 3-0a ) i Concrete for HES Paving 3-5" Slump, 36%Air FW6520AMR 4500 (3000 � \3 psi HISS Pawl$ 3-5" Slump, 36%Air FW7520AMR 4500 (3000 psai -d— psi Concate s Paving 3-5" Slump, 36%Air 260 4000 psi Concrete Mi, for Bn �e Slabs, Box Culverts, Headwalls 31" Slump, 3-6%Ate 360 4000 psi Concrete Mu for Bn f Slabs, Box Culverts, Headwalls 3-5" Slump, 3-6% Air 365-STX 4000 prsi Concrete fin Bridge s s, [qq slabs of di mt Iratfic mlverts, approach slabs-TXDOT Class S-No Fly Ash 3-5" Slump, 3-6% Air R4060AEWR 6.00 Sacks / 4,000 zi Concrete f Budge Slabs, Top Slabs, and Approach Slabs 4-6 Slump, 36%Ate M7842344 4,000 psiCncetc Por BridgeD k 3-5"Slump. 4.5-7.5%Air R2146P33 6.01 sacks / 4,00jJ ,i Conc to for Bri D k 3-S" Slump. 36%Ate S. No Fly Ash orN_S TX S-YY 4.50 Sacks / 400611��� Concrete Mu for Class S Slab Paving oncre a 31" Slump, 36%Ate I56115D4 4000pi Bridge yllaha 3-5" Slomp, 36% Air D100008553CB 4,006 psi Concret for Bdridge Approach Slab, Dark Slab 3-5 "Slump, 36%Ate al far n 08Y450BA 800 psi 'toMu far ase for Trench Rep 51" Sllump. 3 61%Ate OIY69OBF 100nn�i Covmete M& f Plowable Fib Plowable, 8 5-11.5%Air FWCC359101 50-I$0 psi Flowable Fill - CLSM 3-5" Slum{R(, 8-12%Ate FWFF237501 50-150 psi Flowable Fill - CLSM Flowable, 8 5-11.5%Ate 11-350-FF 50-150 psi Concrete f Flowable Fill-CLSM Flowable, 8-12%Air Mix# 9 70 OJai Flowable Fill - CLSM 7A" Slump, 8-11%AAir bl� eoncrette 8-10' FTW FLOW FILL ISd�AAi f HowableFdUCLSM SI;76 8-12%Air FWFF150CLSM 5FN01pei Plowable Poll-CLSM Plowable, 2%Ate 1030 R2146033 14 4,006 psi Concrete for Rrmap I3-5"Slump. 3-6%Ate I Asphalt Pavi„ 19/92022 32 12 16 Mu Design Austm Asphalt FT5B117965 FT5B 117965 PG64-22 Type B Fme Base 11/92/22 321216 Mu Design Au: Asphalt FT1B139965 FT1B139965PG64-22TypeBPme Base I9/92022 321216 Mu Design Austm Asphalt FT1B1l72 FT1B1172PG64-22TWp BF-13- 5/1 024 3212 16 Mu Dvaga Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type B Base Course 19/92022 3212 16 Mix Dvoga Reynolds Asphalt 1112B 1I12B PG64-22 Type B Fme Base I9/92022 3212 16 Ma Design Reynolds Asphalt 1612E 1612B PG64-22 Type B Fme Base 112/52022 3312 L6 Moe Design Suumon,: Pavmg 3476BV6422 3076BV6422 PG62-22 Type B Fme Base 19/92022 321216 Ma D"O" Surmount Pavmg 341-BRAP6422ERG 341-BRAP6422ERGPG64-22Ty BFine Base 19/92022 321216 MaD-110i TXBIT 37-211305-20 37-211305-20 PG64-22 Type B Fine Base 19/9/2022 321216 Ma Desigo TXBIT 44-211305-17 44-211305-17 PG64-22 Type B Fme Base 19/92022 32 12 l6 Ma Design TXBIT 211305 (1757) 211305 (1757) PG64-22 Type B Fme Base CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I As h. Continued? I9/9/2022 32 12" Mix Ues�af TXBIT 64-224125-18 PG 64-224125-18 PG10-22 Type D Fine Sarface I4/l/2024 32 12 16 I Mu Desve N... TXBIT I344 MAC-SP-D 7012. I344 MAC-SP-D 70-22XR SAC A-R Tvne D Fme Surface I9/9/2022 eleet.hle 321320 .rninp 3 DWS-Pavers Pine Hall Brick (Winston Salem, NC Tactile Pavers I9/9/2022 32 13 20 D.-Pavers Westem Brick Co. (11—toa, TX) Delectable Waming Pavers I9/9/2022 321320 DWS-Composite Armor Tile I9/9/2022 321320 DWS-Composte ADA Saint—(Wrhnmghat MA) Hentage B-1, CIP Composrte Paver I4/7/2023 32 13 20 DWS -Pavers ADSolnMn$ (Wrhnmgton. MA) Detectable Warm.. Pavers I Silicone Joint Sealant I919/2022 I9/9/2022 32 13 73 32 13 73 ]Dint Sealant ]Dint Sealant Dow Tremco 890SL 90OSL 1901L-Cold Ued, S' 'e Component, Silicone Joint Sealant 900SL-Cold ed, S e Component, Silicone Joint Sealant I9/9/2022 32 13 73 ]Dint Sealant P—an 300SL 300SL-Cold `ad, S�9y e Co enL Silicone Joint Sealant I9/9/2022 32 13 73 Joint Sealant Ciah. RoadSaver Silicone Road .a S icone - Cold Apphe gle Component, Silicone Joint Sealant I Utility Trench Embedment Sand I9/92022 3305 10 Embedment Sand Sdver Creek Metenals UOhty Embedment Sand I9/92122 13305 10 Embedment Sand Crouch M..,o is Utrhly Embedment Sand I9/92022 330510 Embedment Sand FandLDut Movers UOhty Embedment Sand I9/92022 330510 Embedment Sand FendLDut Movers Utility Embedment Sand I9/92022 13305 10 Embedment Sand Tat Top Manm Manetto UOhty Embedment Sand I Storm Sewer- Manholes & B.... /Fr.mea 8,Covers/Stavd.rd JRounall 13 1-13 I9282018 3305 13 McMole F., ead Covee A ,.Cent (Govi Stwl Company, LTD) M11 tl220605 MHRC #220605 (Size - **24" Din) I9282018 330513 Manhole Cover Neenah Foot NF-1214-Tll NI-1274-T91(Size-32"DiaJ I928/2 18 3305 l3 Manhole Frames and Covers ,a Neenah NF-1743-LM (Hlaged) NF-1743-LJA (Hit�Fd) (Size - 32" Die.) I928/2 18 3305 13 Manhole Frame Neenah Faun NF-1930-30 NF-1930-30 (Size -32 25" Di..) I9282018 330513 Manhole Frames and Covers Neenah Foot R-1743-HV R-1743-HV(Size-32"DiaJ I4/3/2019 330513 Manhole Frames and Covers SIP Ind`ties ++ 2279ST 2279ST(Size-24"DiaJ I4/3/2019 330513 Manhole Frames and Covers SIP Industries++ 2280ST 2280ST(Size-32"DiaJ I10/82020 3305 13 Manhole Prames and Covers EJ (F—Ily East Jordan bon Works) EJ1033 M/A EJ1033 Z2/A (Si,. -32.25" Di.) I3/8/2024 330513 Cmbhrlet Covers SIP Industries++ 2296T 2296T(Size-***24"Die) I6/18/2024 330513 Cmb toldCove,a SIPlnduatries++ 2279STN 2279STNT(Siza-24"Di. ) **Note: AU new develop .iead new iru 11,W'.n ea,hok lids shall meetthe minimum 30-inch opening requ� ementas Deckedin L}ry Spechcebon 33 OS l3. Any smaller opening sius wil(onty be allowedjor esisdng manholes that require replacemerttfiames and covers I Storm Sewer-Inlet&Structures 33A5-13 I10/82020 33 49 20 Cad,(Nets Fonema FRT-10.3-0OS-PRECAST** (Size - l0' X 31 I10/82020 33 49 20 Curb Inlet, Fonema FRT-Ox3-406-PRECAST** (Size - l0' X 31 I10/82020 334 20 Curb Inlets Fonema FRT-1 Ox4 5-007-PRECAST** (Size - l0' X 4.5I I10/8/2020 334 20 Curb Inlet, F—itte FRT-1 Ox4 5-420-PRECAST** (Size - lO' X 4.51 I10/t2020 333920 Manhole Fonema FRT-0X4-009-PRECAST-TOP(Size-4'X 41 I10/t2020 333920 Manhole Fonema FRT-0X4-009-PRECAST-BASE(Size-4'X 41 I10/t2020 333920 Manhole Fonema FRT-5X5410-PRECAST-TOP(St.-5'X 5) I10/82020 333920 ManhOle Fonema FRT-5X5-010-PRECAST-BASE(Size-5'X 5) I10/82020 333920 ManhOle Fonema FRT.411-PRECAST-TOP(Size-6'X 6) I10/82020 333920 Manhole Fonema FRT-6X6-011-PRECAST-BASE(Sim -6'X 61 I3/192021 334920 Cmb Inlets Thompson Pipe Goup TPG10X3-0OS-PRECAST INLET**(Size-10'X3) I3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG15X3-0OS-PRE CAST INLET** (Size - IS' X 31 I3/19/2021 334920 Curb Inlets Thompson Pipe Goup TPG2OX3-00,7(5��`Tpa��(t\RR�`�EE� ��L�) *(Size-20'X 71 *e-4'X4) I3/19/2021 333920 Manhole Thompson Pipe Goup TPLX4-009 I3/19/2021 333920 ManhOle Thompson Pipe Goup PRREC� ASE TPG-0X4 �iza-4'X4) I3/19/2021 33 39 20 Manhole Thompson Pipe Goup TPG-0X4412-PRECgASST�T 44T-FI RISER (Size - 4' X 4) I3/19/2021 333920 Manhole Thompson Pipe Of"' TPG-SXS-0I�-ASTB (SizeSSX51 I3/19/2021 333920 Manhole Thompson Pipe Group TPG-5X5-012-PRECAST 5-Ff RISER (Size-5'X 5) I3/192021 333920 Manhole Thompson Pipe Group TPG-6X6-0II-PRECAST TOP (Size -b'X 61 I3/19/2021 333920 Manhole Thompson Pipe Group TPG-6X6-i -PRECAST BASE (Size-6'X 6) I3/19/2021 333920 Manhole Thompson Pipe Group TPG-6X6-412-PRECAST 6-FI RISER (Sie-6'X 61 I3/19/2021 333920 Manhole Thompson Pipe Group TPG-7X7-011-PRECASTTOP(Sie-7'X71 I3/19/2021 333920 Manhole Thompson Foe G.u, TPG-7X7411-PRECAST BASE(Size-7'X7) I3/192021 33 3920 Manhole Thompson Fie Goup TPG-7X7-412-PRECAST 4-FT RISER (Size - TX 71 I3/19/2021 33 39 20 Manhole Thompson Fie Goup TPG-SX8-01 l-PRECAST TOP (Size - 8' X 81 3 39 20 I3/19/2021 333920 ManhOle Thompson Fie Group TPG-8X8-01 l-PRECAST BASE (Size - 8' X 81 I3/192021 33 39 20 Manhole Thompson Fie Group TPG-8X8412-PRECAST 5-FT RISER (Size - 8' X 81 I3/192021 33 49 20 Drot�lnle[ Thompson F./e Goup TPG-0X4-008-PRECAST INLET (Size -4' X 41 I3/192021 33 49 20 Drot�Llet Thompson F./e Group TPG-5X5408-PRECAST INLET (Size - 5' X 5) I3/192021 33 49 20 Dmtl Intel Thomt�sSon F—je Group TPGfiX6-008-PRECAST INLET (Si. - 6' X b) I8282023 334910 Manhole Oldcaste Precast 4' x4'Stacked Maahole(Size-4'X4) I8/28/2023 33 49 10 Manhole Oldc.sde Precast 5' x 8' Storm Junction Box (Size - 5' X 8) I8282023 334910 Manhole Oldcasde Precas14'x 4' Storm Junction Box (Size-4'X 41 I8282023 334910 Manhole Oldcasde Precas15' x 5' Storm Junction Boa I8282023 33491 0 Manhole Oldcastie ISize-5'XS) Precaa16' x b' Storm ]unction Box (Size - 6' X b) I8282023 334910 Manhole Oldcesde Precas18'x8'Sl Junction Box Base(Slze-8'X 8) I8/28/2023 334910 Manhole Old —tie Precast 5'x8' Storm Junction Box Base (Size-5'X 8) I8/28/2023 334910 Manhole Rinker Materials Reinforced 48" Diameter Spread Footing Manhole (Sie-4'X 4) I8282023 33 39 20 Curb Inlet 10 S 3' Riser Thompson Pit a Goap told Rise, (Size-3 FT) I8/28/2023 333920 3 39 20 Curb Inlet 15', 3' Rae, Thompson Pipa Goup Inlet Riser (Size - 3 FT) I8/28/2023 33 39 20 Curb Inlet 20' x 3' Rae, Thompson Pipe Group Inlet Riser (Size - 3 FT) I1/12/2024 33 49 20 Drop Inlet AmenTex Pipe &Products Drop hole[ (4' X 41 I1/12/2024 33 49 20 Drop Inlet Ame Tex Pipe &Products Drop hilet (5' X 5) 11/19/2024 33 49 20 Manhole Ame Tex Pipe &Products Precast 4M' Storrs Junction Box 11/19/2024 33 49 20 Manhole Aoo Tex Pipe &Products Precast 5k,T Stomr Junction Box I1/l9/2024 33 49 20 Manhole Am —Tex Pie &Product, 5' Precast Toneitlon MH (4' MH on the top of 5' JB) I1/l9/2024 33 49 20 Menhole Am —Tex Pre &Products Precast 6k6' Storm Junction Box I l/,9/2024 33 49 20 Manhole An —Tex Pre &Products 6' Precast Tm,ition MH (4, MH on the top ofb' JB) I1/19/2024 33 49 20 Manhole AmeriTex Pre &Products Precast 8k8' Storm Junction Box 11/192024 33 49 20 Menhole Ame,iTex Pipe &Product, 8' Precast Tonsition MH (4' MH on the top of 8' JB) I I/192024 33 49 20 M.Mo1e AmenTex Pipe &Prod— T— C Swim Dmin Manhole on Box (4' MH on the top ofRCB) I7/162024 33 49 20 Cad, (Nets AmenTex Pipe &Pmducrs 10x3 Precast** (Size ]0' x 31 I7/162024 33 49 20 Cmb (nets Amen'Iex Pipe &Pmducrs 11.3 Precast"" (Svx 15' x 31 **Note: Pr-1udar are OPovedfor the stagelporn'on ofthe .vcturelbasin)-1y. Stage Hp -don ofth—rveture are required to be cos h place.Na—epdons to this requiremeneshall be aYoxed. ASTM D1111 ASTM D5893 ASTM D5893 ASTM D5893 [TM C33 TM C33 TMC33 TM C33 TM C33 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A536 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM C9t3 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 AS 615 ASTM 6l5 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 AS C478 ASTM C478 ASTM C478 ASTM C478 ASTM C478 AS C478 AS C478 AS C433 AS C913-16 ASTM C913-16 AS C913-16 AS C913 AS C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C9t3 ASTM C9t3 ASTM C9t3 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I Storm Sewer -Pines & Boxes 33-05-13 14/9/2021 33 41 13 Storm Drain Npee Advanced Dramege Syetema, Inc (ADS) ADS HP Sturm Polwmwlene (PP) Pine (Size - 12" - 60") ASTM P2881 & AASHTO M330 I8/28/2023 33 4l l0 Sturm Dmin Pipes Rinker Materials Reinfored Concrete Pipe Tongue and Groove Joint Pipe (Size -21"or lu—) ASTM C76, C655 18/28/2023 334110 Culvert Box Rinker Materials Reinforced Concrete Box Culvert(Sm- Various) ASTM C789, C850 110/12/2023 33 41 10 Storm Dmin Pipes AmeriTex Pipe &Products Reinforced Concrete Pipe Tongue and Groove Joint Pipe` (Size - 15" or larder) ASTM C76, C506 110/12/2023 344110 Culvert Box A. —Tex Pr99e&Products Reinforoed C.—Box Culvert(eize-Vai—O ASTMC1433,C1577 110/18/2023 354110 Storm Dmin Pipes The T— Co. Reinforoed Conemte Pipe Tongue and Groove Joint Pipe" (Size- 15" or 1-0 ASTM C76, C506 110/18/2023 33 41 10 Culvert Box The Tumor Co. Reinforced C.—Box Culert (size - Vaious) ASTM C1433,C1577 14/12/2024 33 41 10 Sturm Dmin Pipes Thoml��son Pipe Group Reinforced Concrete Pipe Tongue and Groove Joint Pipe` (Si,, Vaious) ASTM C76, C506 16/25/2024 334110 Culvert Box Oldcaste Reinforced Concrete Box Culvert ASTMC1433,C1577 16/25/2024 33 41 10 Storm Drain Npes Old —de Reinforced Concrete Pipe Tongue and Groove Joint Pipe` (Si,, Vaious) ASTM C76, C506 CFW Lighting Approved Products List CFW Product Name Manufacturer I Manufacturer Product Name & Description Residential -Standard MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Makers Sales and Marketing, LLC Galvanized MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Type 11 Pole Makers Sales and Marketing, LLC Black DB01373(page 1 of 6)-Shoe Base Pole Type 11, Valmont Industries, Inc Galvanized Makers Sales and Marketing, LLC Type 33B, 36" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Type 33B, 36" Rise Simplex 8' Arm, Black Type 33B Arm Valmont Industries, Inc D1301373(page 4 of 6)-Single Arm Type 33B, Galvanized American Electric Lighting, ATBO-P101-Mvolt-R2-3K- Acuity Brands Lighting, Inc. MP-NL-P7-AO-RFD325607 American Electric Lighting, ATBO-P101-Mvolt-R4-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325606 Residential Luminaire American Electric Lighting, ATBO-P101-Mvolt-R2-3K-BK- Acuity Brands Lighting, Inc. MP-NL-P7-AO-RFD325609 American Electric Lighting, ATB0-P101-Mvolt-R4-3K-BK- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325608 McFarland Cascade CREOSOTE 30/35 FOOT TIMBER POLE Timber Pole Bayou Forest Products 30-35' .80 CCA Green Timber Pole Makers Sales and Marketing, LLC Wood Pole Arm, 36" Rise Simplex 8' Arm, Galvanized Wood Pole Arm Makers Sales and Marketing, LLC Wood Pole Arm, 36" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 6 of 6)-Wood Pole Arm, Galvanized Arterial -Standard MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Makers Sales and Marketing, LLC Galvanized MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Type 18 Pole Makers Sales and Marketing, LLC Black DB01373(page 2 of 6)-Shoe Base Pole Type 18, Valmont Industries, Inc Galvanized Makers Sales and Marketing, LLC Type 33A, 60" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Type 33A, 60" Rise Simplex 8' Arm, Black Type 33A Arm Valmont Industries, Inc D1301373(page 3 of 6)-Single Arm Type 33A, Galvanized American Electric Lighting, ATBO-P303-Mvolt-R2-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322792 American Electric Lighting, ATBO-P303-Mvolt-R4-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322794 Arterial Luminaire American Electric Lighting, ATBO-P303-Mvolt-R2-3K-BK- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322793 Acuity Brands Lighting, Inc. American Electric Lighting, ATBO-P303-Mvolt-R4-3K-BK- M P-N L-P7-AO-RFD322795 McFarland Cascade CREOSOTE 35/40 FOOT TIMBER POLE Timber Pole Bayou Forest Products 30-35' .80 CCA Green Timber Pole Makers Sales and Marketing, LLC Wood Pole Arm, 60" Rise Simplex 8' Arm, Galvanized Wood Pole Arm Makers Sales and Marketing, LLC Wood Pole Arm, 60" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 5 of 6)-Wood Pole Arm, Galvanized Decorative -Pedestrian Holophane, CLA 10.6(OAL)FT J20P07BK-MOD, AB-31-4 Washington 10' Pole Acuity Brands Lighting, Inc. RFD110736 Holophane, CLA14FT J20DMODC03BK RFD325026, AB- Washington 14' Pole Acuity Brands Lighting, Inc. 16-4 SPEC RFD325026 Holophane, WFCL3 P40 30K MVOLT FC3 NF BK AO PR7 Washington Luminaire Acuity Brands Lighting, Inc. FRGL RFD338699 Washington Globe Holophane, AWDE3 P40 30K MVOLT MS AL3 BK PR7 Luminaire Acuity Brands Lighting, Inc. AO RFD-315548 Oleander Type A Pole Acuity Brands Lighting, Inc. Holophane, PDA 12S5L20POBBK-MOD Oleander Type B Pole Acuity Brands Lighting, Inc. Holophane, PDA20S5L20P08BK-MOD Oleander Type B Arm Acuity Brands Lighting, Inc. Holophane, OHC 151N 2A TN BK Holophane, AUCL2 P40 30K AS BK L3 N P7 AO Oleander Luminaire Acuity Brands Lighting, Inc. RFD338741 Berry 12' Pole Acuity Brands Lighting, Inc. Holophane, RSA 12 50 G12 SC BK AB-26-4 RFD326400 Berry 20' Pole Acuity Brands Lighting, Inc. Holophane, PD20S5J20P11BK RFD338816 Berry Arm Acuity Brands Lighting, Inc. Holophane, VLC 271N 1A TN QSM BK Holophane, GPLF3 P40 30K MVOLT ASY QSM BK PR7 Berry Luminaire Acuity Brands Lighting, Inc. AO SH Banner Arms Acuity Brands Lighting, Inc. Holophane, BA-241N-2A-CO-S4J-BL-075P-BK System Rigid Nonmetallic Schedule 80 Conduit, Meets UL 651 Cantex Inc. specifi cations and NEMA TC2, Rated for 90°C Cable, Sunlight Resistant, 10' Lengths and 20' lengths Rigid Nonmetallic Schedule 80 Electric Conduit, Meets UL 651 specifications, RUS listed, NEMA TC-2 and Heritage Plastics NEMA TC-3, Rated for 90°C Cable, Sunlight & Weather Conduit Resistant PVC Rigid Schedule 80 Conduit, Conforms to UL 651 Atkore-Heritage Plastics and NEMA TC 2, Sunlight Resistant, Listed for 90°C conductors or cable Schedule 80 PVC Rigid Nonmetallic Conduit, Extra Prime Conduit, Inc Heavy Wall EPC-80, Sunlight resistant, Rated for use with 90°C conductors, Meets UL651 Splice Kit With Connector NSi Industries, LLC Gel Stub Splice Kit with Connector, Easy -Splice, ESSLK Series Copper Wire/Conductor Southwire Encore Wire Encore Wire Service Wire Co Advanced Digital Cable Inc Aluminum Wire -Triplex Priority Wire & Cable, Inc Fuse & Fuse Holder Edison Edison Cooper EATON EATON Connector Thomas & Betts Metered Pedestal 120-240V Electrol Systems, Inc WE Manufacturing & Controls Metered Pedestal 240- Electrol Systems, Inc 480V WE Manufacturing & Controls Ground Box Kearneys Photocell Shorting Caps MacLean Highline Oldcastle Type XHHW-2 copper conductor, 600V TYPE XHHW-2 / RW90, copper conductor, Superslick Elite, 600V/1000V THHN / MTW / THWN-2 Copper conductor, 600V Servicepro-X XHHW-2, 600/1,000 Volt Copper, CT Rated XHHW-2 Low Smoke Halogen Free, Cross -linked Polyethylene Insulated 14 AWG-750 MCM, 600 Volts, 90°C Dry and wet Triplex Overhead Aluminum Conductor General Purpose, Midget Class MEN Fuses, Voltage Rating: MEN - 250 VAC, Ampere Rating: 0.5 - 30 Amps, Interrupting Rating: 10,000 RMS Amps @ 125V Modular Ferrule Fuse Blocks for Midget Class and CC Fuses In -line fuse holders for Single -Pole 13/32" x 1 1/2" Fuses HEB-AA Bussmann Series, HEB breakaway and non -breakaway in -line fuse holders for UL 13/32" x 1- 1/2"supplemental fuses Bussmann Series, FNM 13/32" x 1-1/2- 250Vac time - delay supplemental fuses Wire Joints for Copper Conductor, Cat No: 54615, 54620, 54625-TB, 54635, 54640, 54630 TY A (120/240) 100(NS)AL(E)PS(U) TY A 120/240 100(NS)AL(E)PS(U) TY A (240/480) 100(NS)AL(E)PS(U) TY A 240/480 100(NS)AL(E)PS(U) Polymer Concrete, PHA132412X0002: TIER 22 (X) 22, 500lbs Polymer Concrete, H-SERIES UNIT, H1730-24 TIER-22 - TXDOT 2x 1/2" CAPTIVE BOLT - 2x BRASS FLOATING NUT Polymer Concrete, H-SERIES UNIT, H1324-24 TIER-15 - Oldcastle TXDOT 2x 1/2" CAPTIVE BOLT- 2x BRASS FLOATING NUT NSi Industries, LLC Split Bolt Connectors, Copper Split Bolts 2 Wire, N Series Dark To Light, DLL Elite, Electronic Locking, Type Acuity Brands Lighting, Inc. Photocontrol, DLL-127 or DLL-480 Acuity Brands Lighting, Inc. Dark To Light, Part # DSHORT SBK U Interim Products Residential Luminaire I TRASTARINC. IDURA-STR25-3K-120-3-GR-SCL DURA-STR10A-3K-120-3-GR-SCL Arterial Luminaire TRASTARINC.