Loading...
HomeMy WebLinkAboutContract 62672-PM1CSC No. 62672-PM1 FART WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF WATER, SEWER, DRAINAGE AND LIGHTING IMPROVEMENTS TO SERVE RETAIL CORNERS PHASE 2 IPRC23-0111 City Project No. 105041 FID No. 30114-0200431-105041-EO7685 X-27907 File No. K-3146 Mattie Parker Jesus Chapa Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Lauren Prieur, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth February 2025 Prepared by: ���•°F°.rE�Is�, Kimley >> Horn * s Texas Registered Engineering Firm F-928 Y RE .. i 801 Cherry Street, Suite 1300, Unit 11 °'1 20254'• o .:��� Fort Worth, TX 76102 ICE NS.�••. ,de 817.339.2269 1�%%/ `A` =N` Kimley-Horn No. 064515504 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 SECTION 00 0010 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions nn� rfwit tief to Bid efs Last Revised 03 /v�r20/2020 00 41 00 00 42 43 nn� Bid Fe Proposal Form Unit Price Bid Ben nn/n 4 05/22/2019 nn in4 nn� 00 45 12 nn� Bidders n -o,,, alit ,.ation' Prequalification Statement nro,,, A , nn in 4 09/01/2015 in 00 45 26 Bidder alit ,.atio,, ,.plieatio Contractor Compliance with Workers' Compensation Law Tainerity Enterprise 03 0 04/02/2014 00--45 40 00 52 43 Business Goal08/2 Agreement 8 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 1 1 i1 00 72 00 00 73 00 General Conditions FmWo: cntar r � T 07/n�11 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 nib Preconstruction Meeting 08/30/2013 01 3233 Pr-eleetMeetings Preconstruction Video 07i0T 08/30/2013 01 3300 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 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 Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: htty://fortworthtexas.2ov/tvw/contractors/ or htti)s://apps.fortworthtexas.2ov/Proi ectResources/ TXDOT SPEC ITEM 467 SAFETY END TREATMENT Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 12/20/2012 0241 14 Utility Removal/Abandonment 12/20/2012 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 12/20/2012 03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012 03 34 16 Eenc-reto Baao Material f .. rrfene>, n 12/�12 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 2605 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 T T �� Duets and Raee,, ays f f la--�riaal Fi;4em-s n�/non 26 05 50 E'\'b".suniaalciens Multi Duet C rdui 02/moo Division 31 - Earthwork 31 1000 Site Clearing 12/20/2012 3123 16 Unclassified Excavation 01/28/2013 3: 2,-1 2�-, BOFF0 n 1 /vT 29/2013 31 24 00 Embankments 01/28/2013 31 25 00 31� Erosion and Sediment Control Gabiefis 12/20/2012 , /zzr29120 z 1 /zzr29120 31� RipW Division 32 - Exterior Improvements z 3201 17 2 7� Permanent Asphalt Paving Repair D.,, D 12/20/2012 /'fzzr24120 32 01 29 o,.ai T-em ..,fa -y Asphalt ping Concrete Paving Repair Q 2 12/20/2012 32 1123 Flexible Base Courses 12/20/2012 32 1129 Lime Treated Base Courses 12/20/2012 11 3-z Liquid ,;a Treated Soil Stabilize 08/var2V20i5 32 1216 Asphalt Paving 12/20/2012 32 1273 Asphalt P.wiag r . ek E oa!ants 1 � /�;i -' 13 13 r ner-ete n,,ying 1 �1 /'%i2 32 1320 '27�3 Concrete Sidewalks, Driveways and Barrier Free Ramps !''.,n.,,-ete Paving joint Sealants 06/05/2018 Q/'fizrzvnviz CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ^'^ Page 3of5 32 14 6 B -iek T eit Nw;,,... 12/7izrzvnviz 32 16 13 Co e,.ete r,,,.b a - ad r_„Ate -s a -a Valley r_„tte -s- 10/05/2016 32Pavemeft41 1 /22/20 3 32 1725 rufb Address n.,;,. in 1 1 /nrr nv2vi-3 32Fenees12/20/2012 r 323213 Cast i Dl..ee Ge,.es-ete Retaining ing Wa 06/05/2 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012 3293 43 Tiluu"rd �-ubz 12/'�t2 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016 3303 10 2'2�o %pw1d Pun. r�g of Existing Sewer System E eet«;e.,l isel.,t;e... joint Bending 12/20/2012 12/7izr202012 22 04 11 and C�771�1 C�lt71 Tost Stations �12r20r2012 3304 12 Nlag.wai is n re e C tti,ed e Preteetief Syste ., 12 /�1-2 22�o T7~YT,--,,ary Water Se,.,; � 0�/n�11 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 3305 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 3305 12 Water Line Lowering 12/20/2012 3305 13 Frame, Cover and Grade Rings — Cast Iron 01/22/2016 3305 13.10 Frame, Cover and Grade Rings — Composite 01/22/2016 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 12/20/2012 Grade 1 71 /7 330 3305 17 Ce,-.efete W.,te f Vaults Concrete Collars z 12/20/2012 33 05 20 Auger Boring T,,....el 12/20/2012 330521 21 33 05 22 Liner- Steel Casing Pipe T,,....eling 12,12912012 12/20/2012 330523 23 33 05 24 Hand Installation of Carrier Pipe in Casing or Tunnel Liner Plate 12,12912012 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 1105 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 2 �� 11 1� Eene�eto PraOv.� Pilo, Bar- V-appe,l Steel !''.,1;,�..le,- Type 12,12 120n f �>z 3_ 11 11 BuriedSteol Pirc.-and Fit4ings 12/�12 33 1210 Water Services 1-inch to 2-inch 02/14/2017 P_ 1211 Large Water- Mete,-s 12/2412012 33 1220 Resilient Seated Gate Valve 12/20/2012 33 '.,22 2,1 nAVW- Rubber- Seated Bu4teffly Valves 12/2z 33 1225 33 12 30 Connection to Existing Water Mains U table Wa4ef Systems G,,,v.l.ina4io Air- Valve Assemblies f 02/06/2013 12/20/2012 f CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 33 1240 33 1250 33 1260 P- P. 13 P- P. 15 33 31 20 Fire Hydrants Water Sample Stations Standard Blow FF VaWe Assembly bly Fibc\rglaas Reinfer-eed Pipe f ,- !'"_.-ayit- , Sa-aita fy Sewers High D--\n-,�t., Pel.,ethy1^f^ (IIDPE) Pipe f r Samna,. Sewer Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 01/03/2014 12/20/2012 06/lvvr19/2013 Q/7r�-20/20 z 1��/r�20/20 z 06/19/2013 P- P. 21 Pipe 1 �� /ram 20/20 z .� P. 33 22� Q...; Se p r g � f'J.i �nin 1~nlar,.o..,o Q/20/20Q �>z 12/7 33 31 50 Sanitary Sewer Pipe Sanitary Sewer Service Connections and Service Line i 04/26/2013 32-3�A Ea�'�:Iati^ Air-V lye for Samna,. co..,er- Foree M ; ,� 12/20/2n12 �� 3339 10 Cast -in -Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Eibc\rg.L1a3 Nla:xlol,\- 12/�12 33 3940 Write.. ate n eeess Uha-xibcc (WAQ 12/7izr20/2012 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 ✓a 1111 HighDensity Polyethylene (I-IDPE) Pipe forz3t--\-m Dmin 12lr�r20/2012 22� 33 4600 Rein f; ,-. e D.,�,-.o (&RPE>, Pip-- z rn 11/13/2 1 71 /7�z 20/2012 33 4601 Slette3 9t3.- rl Dmir.,-. 07 /n�11 33 4602 Tfenal Dminz n7/n�11 33 49 10 Cast -in -Place Manholes and Junction Boxes 12/20/2012 32 4920 Garb and Dry lets 12/20/2012� 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 34 41 10 3n ^�01 34 41 1n02 Tea f'Igna!z 1 n/ -5 Att-aehmentA epAfellef Cabinet 12/lzzr18/2015 n + tB llefSpe i �vz 34 41 10 �03 311 11 11 rrtcaC�3xireixr��ati=6rrcr-apveifzcati6i3 n p nt+� �e��t�—Se�eS�ee3featierl 01,12012 T-em ..,.-...-y T.-affi , Signals 1 11 1 /7 3 311 1 1 1 3 Removing Tiraf 10 9gniaiz 1 2 /7�nvrL 34-41 15 Z^� Reetargula Rarjd F'azhing Beaeo 1 1 /rr 22/20013 11122,/'lrz0r3 34 41 20 -Pedestfian Hybrid Signal Roadway Illumination Assemblies 12/20/2012 � 34 4120.01 Arterial LED D .,...1....,., T � 0/ 1 5 /20 ,rii,ri��Ia� 6�-5 34 4120.02 ,�, e1'l1ir�,'�1'� S vvrr�ravz� Freeway ay LED Roadway T � 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 4130 Aluminum E,� 1111 /1�r3 34 4150 3471 13 Single Mode Fiber- Optie Cab! 02/26,12016 Traffic Control 11/22/2013 CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 Appendix FTC-¢01 Wailabilit-y of Lands GC-4.02 Subsurface and Physical Conditions GG-4M Undc\g2owi GG 4. G6— 1-laoardeu-s-�-im:a ��I�.al Gend fief at Site CyG-6,09 1 wmit:/..Ix,7 TT es GG-6.21 Noxdi3:mmi:ut�:� GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised March 20, 2020 00 42 43 DAP - BID PROPOSAL Page 1 of 5 UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Bidlist Iteml No Description 1 0171.0101 Construction Staking 2 0171.0102 As -Built Survey 3 0241.1118 4"-12" Pressure Plug 4 0241.1506 2" Surface Milling 5 3201.0117 10' Wide Asphalt Pvmt Repair, Residential 6 3201.0614 Cone Pvmt Repair, Residential 7 3213.0301 4" Conc Sidewalk 8 3292.0201 Utility Service Surface Restoration Seeding 9 3305.0109 Trench Safety 10 3305.1003 20" Casing By Open Cut 11 3311.0001 Ductile Iron Water Fittings w/ Restraint 12 3311.0161 6" PVC Water Pipe 13 3311.0251 8" DIP Water 14 3311.0252 8" DIP Water, CSS Backfill 15 3311.0254 8" DIP Water, CLSM Backfill 16 3311.0261 8" PVC Water Pipe 17 3312.0001 Fire Hydrant 18 3312.0117 Connection to Existing 4"-12" Water Main 19 3312.2003 1" Water Service 20 3312.2103 1 1/2" Water Service 21 3312.3002 6" Gate Valve 22 3312.3003 8" Gate Valve 23 3471.0001 Traffic Control Bidder's Application l Specification Section No. l Unit of l Bid Measure Quantity UNIT I: WATER IMPROVEMENTS 0171 23 LS 1 0171 23 LS 1 0241 14 EA 5 0241 15 SY 29 3201 17 LF 21 32 01 29 SY 69 32 1320 SF 6 3292 13 SY 1037 3305 10 LF 691 33 05 22 LF 20 33 11 11 TON 2.95 33 11 12 LF 67 33 11 10 LF 178 33 11 10 LF 40 33 11 10 LF 80 33 11 12 LF 513 33 1240 EA 1 33 1225 EA 2 33 1210 EA 4 33 1210 EA 5 33 1220 EA 5 33 1220 EA 3 3471 13 MO 1 TOTAL UNIT I: WATER IMPROVEMENTS Bidder's Proposa Unit Price I Bid Value $7,500.00 $ 7,500.00 $2,500.00 $ 2,500.00 $920.00 $ 4,600.00 $75.00 $ 2,175.00 $50.00 $ 1,050.00 $50.00 $ 3,450.00 $20.00 $ 120.00 $10.00 $ 10,370.00 $2.30 $ 1,589.30 $161.00 $ 3,220.00 $2,300.00 $ 6,785.00 $85.10 $ 5,701.70 $207.00 $ 36,846.00 $46.00 $ 1,840.00 $57.50 $ 4,600.00 $92.00 $ 47,196.00 $5,520.00 $ 5,520.00 $6,325.00 $ 12,650.00 $4,025.00 $ 16,100.00 $5,175.00 $ 25,875.00 $2,070.00 $ 10,350.00 $2,300.00 $ 6,900.00 $6,000.00 $ 6,000.00 $222,938.001 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Vemron May 22, 2019 00 42 43 Bid Proposal RCP 12.19 00 42 43 DAP - BID PROPOSAL Page 2 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item) Description I Specification Section No. I Unit of I Bid Unit Price Bid Value No. Measure Quantity UNIT II: SANITARY SEWE 2 IMPROVEMENTS 1 0171.0101 Construction Staking 01 71 23 IS 1 $7,500.00 $ 7,500.00 2 0171.0102 As -Built Survey 01 71 23 LS 1 $2,500.00 $ 2,500.00 3 3201.0117 10' Wide Asphalt Pvmt Repair, Residential 3201 17 LF 32 $50.00 $ 1,600.00 4 3292.0201 Utility Service Surface Restoration Seeding 3292 13 SY 1033 $10.00 $ 10,330.00 5 3301.0002 Post -CCTV Inspection 33 01 31 LF 546 $2.88 $ 1,572.48 6 3301.0101 Manhole Vacuum Testing 33 01 30 EA 9 $316.25 $ 2,846.25 7 3305.0109 Trench Safety 3305 10 LF 546 $2.30 $ 1,255.80 8 3305.0112 Concrete Collar for Manhole 330517 EA 8 $172.50 $ 1,380.00 9 3305.0113 Trench Water Stops 3305 15 EA 5 $115.00 $ 575.00 10 3331.4115 8" Sewer Pipe 33 11 10, 33 31 12, 33 3 LF 546 $86.25 $ 47,092.50 11 3331.4116 8" Sewer Pipe, CSS Backfill 33 11 10, 33 31 12, 33 3 LF 170 $40.25 $ 6,842.50 12 3339.0003 Liner - 4' Sewer MH 33 39 60 VF 69 $316.25 $ 21,821.25 13 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 4 $8,625.00 $ 34,500.00 14 3339.1002 4' Drop Manhole 33 39 10, 33 39 20 EA 5 $13,800.00 $ 69,000.00 15 3339.1003 4' Extra Depth Manhole 33 39 10, 33 29 20 VF 37.7 $402.00 $ 15,155.40 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $223,971.181 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Vemron May 22, 2019 00 42 43 Bid Proposal RCP 12.19 00 42 43 DAP - BID PROPOSAL Page 3 of 5 UNIT PRICE BID Bidlist Iteml No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Description Project Item Information 1 0171.0101 Construction Staking 2 0171.0102 As -Built Survey 3 3292.0201 Utility Service Surface Restoration Seeding 4 3305.0109 Trench Safety 5 3341.0201 21" RCP, Class III 6 3341.0205 24" RCP, Class III 7 3349.0001 4' Storm Junction Box 8 3349.4105 24" SET, 1 pipe Bidder's Application l Specification Section No. l Unit of l Bid Measure Quantity UNIT III: DRAINAGE IMPROVEMENTS 01 71 23 LS 1 0171 23 LS 1 32 92 13 SY 482 3305 10 LF 266 3341 10 LF 8 3341 10 LF 258 3349 10 EA 2 33 49 20 EA 1 TOTAL UNIT III: DRAINAGE IMPROVEMENTS Bidder's Proposal Unit Price I Bid Value $7,500.00 $ 7,500.00 $2,500.00 $ 2,500.00 $6.00 $ 2,892.00 $3.16 $ 840.56 $86.25 $ 690.00 $97.75 $ 25,219.50 $4,945.00 $ 9,890.00 $2,760.00 $ 2,760.00 $52,292.061 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Vemron May 22, 2019 00 42 43 Bid Proposal RCP 12.19 00 42 43 DAP - BID PROPOSAL Page 4 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item) Description I Specification Section No. I Unit of I Bid Unit Price Bid Value No. Measure Quantity UNIT V: LIGHTING IM IROVEMENTS 1 3441.3050 Furnish/Install LED Lighting Fixture (70 watt ATBO Cobra Head) 34 4120 EA 3 $2,000.00 $ 6,000.00 2 3441.3338 Fumish/Install 30' Wood Light Pole 34 41 20 EA 2 $8,000.00 $ 16,000.00 3 3441.3323 Furnish/Install 8' Wood Light Pole Arm 34 41 20 EA 2 $1,000.00 $ 2,000.00 4 3441.1401 NO 4 Triplex OH insulated Elee Condr 3441 10 LF 1080 $5.00 $ 5,400.00 TOTAL UNIT V: LIGHTING IMPROVEMENTS $29,400.001 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Vemron May 22, 2019 00 42 43 Bid Proposal RCP 12.19 00 42 43 DAP - BID PROPOSAL Page 5 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist ltcm Description I Specification Section No. Unit of I Bid Unit Price Bid Value No. Measure Quantity Bid Summary UNIT I: WATER IMPROVEMENTS $222,938.00 UNIT II: SANITARY SEWER IMPROVEMENTS $223,971.18 UNIT III: DRAINAGE IMPROVEMENTS $52,292.06 UNIT V: LIGHTING IMPROVEMENTS $29,400.00 Total Construction Bid $528,601.24 This Bid is submitted by the entity named below: BIDDER: Rose City Partners, LLC 5830 Granite Parkway Suite #100-372 Plano, TX 75024 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. BY: Tyler Alley <Signature Herc> TITLE: Managing Principal DATE: 12/19/2024 working days after the date when the END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Vemron May 22, 2019 00 42 43 Bid Proposal RCP 12.19 0045 12 DAP PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maior Work Type" box provide the complete maior work tvpe and actual descri_ntion as _provided by the Water Department for water and sewer and TPW for paving. Major Work Type Water Distribution, Development, 8-inch diameter and smaller Sewer Collection System, Development, 8-inches and smaller Asphalt Paving Construction/Reconstruction <15,000 SY. Roadway and Pedestrian Lighting Contractor/Subcontractor Company Name Ibarra Underground Ibarra Underground Not required per Edgar Garcia Bean Electrical Inc. Prequalification Expiration Date 4/30/2025 4/30/2025 N/A 3/8/2025 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Rose City Partners 5830 Granite Parkway Suite #100-372 Plano, TX 75024 BY: Tyler Alley (Signature) TITLE: Manager DATE: 2/3/2025 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS 00 45 12_Prequalification Statement 2015_DAP Form Version September 1, 2015 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 M ELI 41 004526-I CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 10504 L 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 ROSE CITY PARTNERS, LLC Company 5830 Grante Pkwy., Suite 100-372 Address Plano, TX 75024 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Tvler Essa Allev (Please Print) Signature: �L"v Title: /V L 6, V"A In o _i (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared TYLER ESSA ALLEY, Manager or ROSE CITY PARTNERS, LLC, a Texas limited liability company, . 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 said Manager for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 27th day of January .2025. %.ti'pr>�o,, MARY KAY SCHWARTZ � ! ,g _Notary public, State of Texas Notary ublic in and for the State o exas Comm. Expires 06-03-2026 Notary ID 7015286 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 Retail Comers Phase 2 CPN 105041 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 1 SECTION 00 52 43 3 THIS AGREEMENT, authorized nanuary22nd, 202nade by and between the Developer, 4 (Retail Corners, LLC), authorized to do business in Texas ("Developer") , and Rose City 5 Partners, LLC authorized to do business in Texas, acting by and through its duly authorized 6 representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree 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 WATER, SEWER, DRAINAGE AND LIGHTING IMPROVEMENTS TO SERVE RETAIL 16 CORNERS PHASE 2 17 CPN 105041 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 45 working days after the date 24 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 25 City Conditions of the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer 28 will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 30 the Standard City Conditions of the Construction Contract for Developer Awarded 31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 33 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 Developer Zero and No1100 Dollars, ($0.00) for each day that expires after the time 36 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 37 Acceptance. CITY OF FORT WORTH Retail Comers Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised June 16, 2016 005243-2 Developer Awarded Project Agreement Page 2 of 4 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 40 Documents an amount in current funds of FIVE HUNDERD TWENTY-EIGHT THOUSAND 41 SIX HUNDRED AND ONE DOLLARS AND TWENTY-FOUR CENTS ($528.601.24). 42 Article 5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 A. The Contract Documents which comprise the entire agreement between Developer and 45 Contractor concerning the Work consist of the following: 46 1. This Agreement. 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 2. Attachments to this Agreement: a. Bid Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Prequalification Statement 3) State and Federal documents (project specific) b. Insurance ACORD Form(s) c. Payment Bond (DAP Version) d. Performance Bond (DAP Version) e. Maintenance Bond (DAP Version) f. Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects, 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda, 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH Retail Comers Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised June 16,2016 005243-3 Developer Awarded Project Agreement Page 3 of 4 76 Article 6. INDEMNIFICATION 77 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 78 expense, the city, its officers, servants and employees, from and against any and all 79 claims arising out of, or alleged to arise out of, the work and services to be performed 80 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 81 under this contract. This indemnification provision is specifically intended to overate 82 and be effective even if it is alleged or vroven that all or some of the damaLies being 83 sought were caused, in whole or in Dart, by anv act, omission or negligence of the city. 84 This indemnity provision is intended to include, without limitation, indemnity for 85 costs, expenses and legal fees incurred by the city in defending against such claims and 86 causes of actions. 87 88 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 89 the city, its officers, servants and employees, from and against any and all loss, damage 90 or destruction of property of the city, arising out of, or alleged to arise out of, the work 91 and services to be performed by the contractor, its officers, agents, employees, 92 subcontractors, licensees or invitees under this contract. This indemnification 93 provision is specifically intended to operate and be effective even if it is alleged or 94 vroven that all or some of the damaLres being sought were caused, in whole or in Dart, 95 by anv act, omission or negligence of the city. 96 97 Article 7. MISCELLANEOUS 98 7.1 Terms. 99 Terms used in this Agreement are defined in Article I of the Standard City Conditions of 100 the Construction Contract for Developer Awarded Projects. 101 7.2 Assignment of Contract. 102 This Agreement, including all of the Contract Documents may not be assigned by the 103 Contractor without the advanced express written consent of the Developer. 104 7.3 Successors and Assigns. 105 Developer and Contractor each binds itself, its partners, successors, assigns and legal 106 representatives to the other party hereto, in respect to all covenants, agreements and 107 obligations contained in the Contract Documents. 108 7.4 Severability. 109 Any provision or part of the Contract Documents held to be unconstitutional, void or 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all III remaining provisions shall continue to be valid and binding upon DEVELOPER and 112 CONTRACTOR. 113 7.5 Governing Law and Venue. 114 This Agreement, including all of the Contract Documents is performable in the State of 115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 116 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Retail Comers Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised June 16, 2016 005243-4 Developer Awarded Project Agreement Page 4 of 4 117 118 7.6 Authority to Sign. 119 Contractor shall attach evidence of authority to sign Agreement, if other than duly 120 authorized signatory of the Contractor. 121 122 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 123 counterparts. 124 125 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 126 Contractor: Rose City Partners, LLC By: G .A (Signatur Tyler Alley (Printed Name) Developer: Retail Corners, LLC By: (Signature) Gregory W. Monroe (Printed Name) Title: Manager Title: Manager 0,- MC,p ,mac, Company Name: Company name: I ' Address: Address: 1612 Summit Avenue, Suite 100 583 Ote 100 - 372 Fort Worth, Texas 76102 City/State/Zip: Plano, TX 75024 1 /22/2025 Date 127 City/State/Zip: Fort Worth, Texas 76102 ► h Li 12S Date CITY OF FORT WORTH Retail Comers Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised June 16, 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 30 00 61 25 - 1 CERTIFICATE OF INSURANCE Page 1 of 1 SECTION 00 6125 CERTIFICATE OF INSURANCE END OF SECTION CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105041 Revised July 1, 2011 006213- 1 PERFORMANCE BOND Page 1 of 1 SECTION 00 62 13 LSM1358658 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Rose City Partners, LLC, known as "Principal' herein and 8 RLI Insurance Company . a corporate surety(sureties, if more than 9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 10 or more), are held and firmly bound unto the Developer, Retail Corners, LLC, authorized to do 11 business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation 12 ("City"), in the penal sum of, Five Hundred Twentv-Eight Thousand Six Hundred and One, 13 Dollars and Twenty -Four Cents ($528.601.24), lawful money of the United States, to be paid in 14 Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made 15 jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, 16 administrators, successors and assigns, jointly and severally, 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 24-0165; and 20 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 21 the 20th day of January, 2025, which Contract is hereby referred to and made a part hereof for all 22 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories 23 defined by law, in the prosecution of the Work, including any Change Orders, as provided for in 24 said Contract designated as WATER, SEWER, DRAINAGE AND LIGHTING IMPROVEMENTS 25 TO SERVE RETAIL CORNERS PHASE 2. 26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 27 shall faithfully perform it obligations under the Contract and shall in all respects duly and 28 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 29 specifications, and contract documents therein referred to, and as well during any period of 30 extension of the Contract that may be granted on the part of the Developer and/or City, then this 31 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH Retail Comers Phase 2 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised January 31, 2012 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 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the 24th day of 9 January . 20 25 . 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 ATTEST: (Principal) Secretary Wimessas4oMn aAZV P Witness as to Surety -Amber Nack, Processor PRINCIPAL: Rose City Partners, LLC BY: T� �— /;igneture T �L,- '�Ly �anp Y Name and Title / / '� Address:. X 30 3ro• ,W Jai," Fe 10-27a bl�w� Tv 7s>Ley SURETY: RLi Insurance Company Kylie Kelsoe Attorney in fact Name and Title Address: 1112 N. Locust, Denton, TX 76201 Telephone Number: 877-531-5464 *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 Retail Comers Phase 2 STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS CPN 105041 Revised January31, 2012 POWER OF ATTORNEY RLI Insurance Company 9025 N. Lindbergh Dr. Peoria, IL 61615 Phone:800-645-2402 Bond No. SMI3i8658 Know AMAfen by These Presents. That this Power of Attomey is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That the RLI InWance Comoenv a corporation organized and existing under the laws of the State of Illinois and authorized and licensed to do business in all states and the District of Columbia does hereby make, constitute and appoint: Kvlie Ketgm, in the City of Denton , State of Texas as it's true and lawful Agent and Attorney in Fact . with full power and authority hereby conferred upon himfier to sign, execute, acknowledge and deliver for and on its behalf as Surety, specifically for the following described bond. Principal: Rose City Partners, LLC Obligee: Retail Corners, LLC Bond Amount: SS 528,601.00 The acknowledgement and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. The RLI Insurance Comoenv further certifies that the following is a true and exact copy of a Resolution adopted by the Board of Directors of RLI Insurance Comoenv . and now in force to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed In the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seat Is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI d 13 Kp, . menv has caused these presents to be executed by its Sr. Vice President with its corpol ; i tdllXod 24 day of 7enuary 2025 `? • 9Z i� I Insurance Company PIy,RiOCRq,'.[ .J • ,W Jam..: o . < -_ _ '�J////�/) y Sr. Vice President State of Ohio ss '��~.j.�•.....^^^� Eric Raudins County of Cuyahoga " n.;11;0 CERTIFICATE On this 24th day of January 2025 • before me, a Notary Public, 1, the undersigned officer of personally appeared Eric Reudipc duly swom, acknowledged that he signed t above , who being by me Power, of Attorney as the RLI InsurgqnceC(1�pnrqq/� eXr Lmey aforesaid officer of the RJ.1 Igo instrument to be the Cort�anv act and deed of said do hereby certify that the attachM of is in full force and effect and is irrevocable; and furthermore, that the Resolution of and acknowledged said voluniary corporation, the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the /J R1 Inaurence Cnmf��nj� this 241� daY of—JX—,1t+to—• (t( By: Jill A. Scott ` Notary Public RLI Insurance Company '+ Jilt ASCOTT Hatay Public By: n✓1_ $CC[e $ lteteer0bb J0"�„.�D. c� CO (e "'T tpora Mr Ceram. 91orn t+o4 'E o $W*b Iber 12, 2015 A0006221_R_SUBS Bra x 396 RI.I. PA. a,IL Peoria, L 612.3967 Texas Policyholder Notice Phone:(309)692-1000 Fex:(309)683.1610 Have a complaint or need help? If you have a problem with a claim or your premium, call your insurance company first. If you can't work out the issue, the Texas Department of Insurance may be able to help. Even if you file a complaint with the Texas Department of Insurance, you should also file a complaint or appeal through your insurance company. If you don't, you may lose your right to appeal, RLI Insurance Company or CBIC Insurance Company To get information or file a complaint with your insurance company: Call: Bart Davis at 800-645-2402 Toll -free: 800-645-2402 Online: https://www.rlicorp.conVcontact-rli Email: suretyil@rlicorp.com Mail: 9025 N. Lindbergh Drive, Peoria, IL 61615. The Texas Department of Insurance To get help with an insurance question or file a complaint with the state: Call with a question: 1-800-252-3439 File a complaint: www.tdi.texas.gov Email: ConsumerProtection@tdi.texas.gov Mail: MC I I I -IA, P.O, Box 149091, Austin, TX 78714-9091 M4201520 0062 14- 1 PAYMENTBOND Page 1 of I SECTION 00 62 14 LSM1358658 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Rose City Partners, LLC, known as "Principal" herein, and 8 RLI Insurance Company . a corporate surety ( or 9 sureties if more than one), duly authorized to do business in the State of Texas, known as 10 'Surety" herein (whether one or more), are held and firmly bound unto the Developer, Retail 11 Corners, LLC, authorized to do business in Texas "(Developer"), and the City of Fort Worth, a 12 Texas municipal corporation ("City"), in the penal sum of Five Hundred Twentv-Eieht Thousand 13 Six Hundred and One Dollars and Twentv-Four Cents ($528.601.24), lawful money of the United 14 States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and 15 truly be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our 16 heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement, CFA Number 24-0165; and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the 20'" day of January, 2025, which Contract is hereby referred to and made a part 23 hereof for all purposes as if fully set forth herein, to fumish all materials, equipment, labor and 24 other accessories as defined by law, in the prosecution of the Work as provided for in said 25 Contract and designated as WATER, SEWER, DRAINAGE AND LIGHTING IMPROVEMENTS 26 TO SERVE RETAIL CORNERS PHASE 2. 27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 28 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 29 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 30 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 31 force and effect. CITY OF FORT WORTH Retell Comers Phase 2 STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS CPN 105041 Revised January 31, 2012 006214-2 PAYMENTBOND Page 2 of 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 24th day of 6 January . 20 25 7 PRINCIPAL: Rose City Partners, LLC ATTEST: BY: � � Signature (u(cr-- A'1(e. (Principal) Secretary Nathe and Title Address: 3 U GrP i IT Park—& y Witne s as to P incipal 5� ' "" •,�iQ'' �.'• PO4 it: °�a�r�•9� SURETY: =RLI Insurance Company '•'•. SEAL ATTEST: °� �•.� B .... ...a ```Sfg6hure Kyhc Kelsoe Attorney in fact (Surety) Secretary Name and Title Address: 1112 N. Locust, Denton, TX 76201 Witness as to Sureb�ck, Processor Telephone Number: 877-531.5464 8 9 Note: If signed by an officer of the Surety, there must be on file a certified extract from the to bylaws showing that this person has authority to sign such obligation. If Surety's physical 11 address is different from its mailing address, both must be provided. 12 13 The date of the bond shall not be prior to the date the Contract is awarded. 14 END OF SECTION CITY OF FORT WORTH Retail Comers Phase 2 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised January 31, 2012 POWER OF ATTORNEY RLI Insurance Company 9025 N. Lindbergh Dr. Peoria, IL 61615 Phone: 800-645-2402 Bond No. LSMI358658 _ Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That the RT1 Insurance Comoanv , a corporation organized and existing under the laws of the State of Illinois and authorized and licensed to do business in all states and the District of Columbia does hereby make, constitute and appoint: Kvlie Kelsoe in the City of Denton . State of Texas as it's true and lawful Agent and Attomey In Fact , with full power and authority hereby conferred upon himther to sign, execute, acknowledge and deliver for and on its behalf as Surety, specifically for the following described bond. Principal: Rose City Partners. LLC Obligee: Retail Corners, LLC Bond Amount: S 528,601.00 The acknowledgement and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company, The RLI Insurance Comoanv further cerliftes that the following is a true and exact copy of a Resolution adopted by the Board of Directors of RLI Insurance Comoanv . and now in force to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize, The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to Issue bonds, policies or undertakings in the name of the Company. The corporate seal Is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation, The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Comoanv has caused these presents to be executed by its Sr. Vice President with its cotpti�gl6`�;yr,EiiGycg�('tllis 24th day of January 2025 og'FJ cc State of Ohio SS ••••�••... •5"° County of Cuyahoga' '�r,�4 L I Ki'�" •�`• gninin„o On this 24th day of lenualy 2025 , before me, a Notary Public, personally appeared aRp ins, , who being by me duly swom, acknowledged that he signed a above Power of Attorney as the aforesaid officer of the R//.t ppsurance Canoe_^� and acknowledged said instrument to be the voluntary act and deed of said corporation. By: 14 Jill A. Cott Notary Public �� {R ALAXOrr aotay euMk fuleNOMe yy to Ary Comm. [rp1rM oy" ,(r. d fepGmErr 7r. tO1t RLI Insurance Company By: I/%L Eric Raudins Sr. Vice President CERTIFICATE I. the undersigned officer of do hereby certify that he at�chedcYower of Attomey is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RI I insuraece Camm this milt day of laeuary RLI Insurance Company ��� By. Jeffrey I1.�tek' e D Corporate Secretary A0006221_R_SUBS BID RI.�. P.O.eoBox 3967 IL616 Texas Policyholder Notice Peoria, II, 61612-3967 J Phone: (309)692.1000 Fax: (309)683.1610 Have a complaint or need help? If you have a problem with a claim or your premium, call your insurance company fast. If you can't work out the issue, the Texas Department of Insurance may be able to help. Even if you file a complaint with the Texas Department of Insurance, you should also file a complaint or appeal through your insurance company. If you don't, you may lose your right to appeal. RLI Insurance Company or CBIC Insurance Company To get information or file a complaint with your insurance company: Call: Bart Davis at 800-645-2402 Toll -free: 800-645-2402 Online: https://www,rlicorp.com/contact-rli Email: suretyil@rlicorp.com Mail: 9025 N. Lindbergh Drive, Peoria, IL 61615. The Texas Department of Insurance To get help with an insurance question or file a complaint with the state: Call with a question: 1-800-252-3439 File a complaint: www.tdi.texas.gov Email: ConsumerProtection@tdi.texas.gov Mail: MC I I I -IA, P.O. Box 149091, Austin, TX 78714-9091 M4201320 00 62 19 - 1 MAINTENANCE BOND Page 1 of 1 SECTION 00 62 19 LSM1358658 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we Rose City Partners, LLC, known as "Principal' herein and 8 RLI Insurance Company . a corporate surety (sureties, if more than 9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 10 or more), are held and firmly bound unto the Developer, Retail Comers, LLC, authorized to do 11 business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation 12 ("City"), in the sum of Five Hundred Twentv-Eieht Thousand Six Hundred and One Dollars and 13 Twenty -Four Cents ($528.601.24), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the 15 Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns, jointly 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 20 Agreement, CFA Number 24-0165; and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer 22 awarded the 20th day of January. 2025 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 WATER, SEWER, DRAINAGE AND LIGHTING IMPROVEMENTS 27 TO SERVE RETAIL CORNERS PHASE 2; and 28 29 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 30 accordance with the plans, specifications and Contract Documents that the Work is and will 31 remain free from defects in materials or workmanship for and during the period of two (2) years 32 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 33 CITY OF FORT WORTH Retail Comers Phase 2 STANDARD CITY CONDITIONS- DEVELOPER AWARDED PROJECTS CPN 105041 Revised January 31, 2012 006219-2 MAINTENANCE BOND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving 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 Retail Comers Phase 2 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised January 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 3 I IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 24th day of 3 January . 20 25 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 ATTEST: (Principal) Secretary Witness s to Prl 1pai 9V5% .. CF " ATTEST: /p.u'Mo �CINOk.,N`' (Surety) Secretary Witdeis as to Surety -Amber Nock, Processor PRINCIPAL: Rose City Partners, LLC BY: cure T Lr L M Name A and tle Address: It3 6 Cirr.. ; Fc xr/G-a y (tla —3 >i J SURETY: RLI Insurance Comnanv Kylie Kelsoe Anomey in fact Name and Title Address: 1112 N. Locust, Denton, TX 76201 Telephone Number: 877-531.5464 *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 Retail Comers Phase 2 STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS CPN 105041 Revised January 31. 2012 POWER OF ATTORNEY RLI Insurance Company 9025 N. Lindbergh Dr. Peoria, IL 61615 Phone: 800-645-2402 Bond No. LSM1358658 Know All Alen by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That the RLI Insurance Comoanv . a corporation organized and existing under the laws of the State of Illinois and authorized and licensed to do business in all states and the District of Columbia does hereby make, constitute and appoint: Kvlie KelsOe in the City of Denton . State of Texas . as it's true and lawful Agent and Attorney In Fact . with full power and authority hereby conferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, specifically for the following described bond. Principal: Rose City Partners. LLC Obligee: Retail Corners. LLC Bond Amount: S 528,601.00 The acknowledgement and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. The RLI Insurance Cmmnanv further certifies that the following is a true and exact copy of a Resolution adopted by the Hoard of Directors of RLI Insurance Comoanv . and now in force to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys In Fact or Agents who shall have authority to Issue bonds, policies or undertakings In the name of the Company. The corporate seal Is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI its Sr. Vice President with its corpora v •.'�pNCF'oe„ TSc lei WN State of Ohio �'•a4�;(•L•,56 County of Cuyahoga } SS On this 24t11_ day of January 2025 ' before me, a Notary Public, personally appeared Eric Raudins , who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Comoanv and acknowledged said instrument to be the voluntary act and deed of said corporation. By: Jill A. owt ` Notary Public ALA Storr 3 Makary Pubik u MY cp .tvirM swMW 22, "IS v has caused these presents to be executed by �th day of January_ 2025 -.1%Hnsurance Company Eric Raudins Sr. Vice President CERTIFICATE I, the undersigned officer of RLI Insurpgce camgarl� do hereby certify that the attached Power of A omey is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLi insurance ComJJl�enrj' This yya day of lanua� , 2a25 RLI Insurance Company By, gXAV4 tJ � Jeffrey D. ck Corporate Secretary A00a6221 R SUBS_BID 967 RLI. PA.Box IL616 Peoria, L 1612.3967 Texas Policyholder Notice Phone:(309)692-1000 Fu:(309)683.1610 Have a complaint or need help? If you have a problem with a claim or your premium, call your insurance company first. If you can't work out the issue, the Texas Department of Insurance may be able to help. Even if you file a complaint with the Texas Department of Insurance, you should also file a complaint or appeal through your insurance company. if you don't, you may lose your right to appeal. RLI Insurance Company or CBIC Insurance Company To get information or file a complaint with your insurance company: Call: Bart Davis at 800-645-2402 Toll -free: 800-645-2402 Online: https://www.rlicorp.com/contact-rli Email: suretyil@rlicorp.com Mail: 9025 N. Lindbergh Drive, Peoria, IL 61615. The Texas Department of Insurance To get help with an insurance question or file a complaint with the state: Call with a question: 1-800-252-3439 File a complaint: www.tdi.texas.gov Email: ConsumerProtection@tdi.texas.gov Mail: MC I li-1A, P.O. Box 149091, Austin, TX 78714-9091 M4201520 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Article 1 — Definitions and Terminology.......... 1.01 Defined Terms ............................... 1.02 Terminology .................................. Article 2 — Preliminary Matters ....................... 2.01 Before Starting Construction...... 2.02 Preconstruction Conference........ 2.03 Public Meeting ............................ Page .............................................1 .............................................1 ............................................. 5 ....................................................... 6 ....................................................... 6 ....................................................... 6 ....................................................... 6 Article 3 — Contract Documents and Amending............................................................................................... 6 3.01 Reference Standards..................................................................................................................... 6 3.02 Amending and Supplementing Contract Documents.................................................................. 6 Article 4 — Bonds and Insurance....................................................................................................................... 7 4.01 Licensed Sureties and Insurers..................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds........................................................................ 7 4.03 Certificates of Insurance............................................................................................................... 7 4.04 Contractor's Insurance.................................................................................................................. 9 4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12 Article 5 — Contractor's Responsibilities........................................................................................................12 5.01 Supervision and Superintendent.................................................................................................12 5.02 Labor; Working Hours................................................................................................................13 5.03 Services, Materials, and Equipment...........................................................................................13 5.04 Project Schedule..........................................................................................................................14 5.05 Substitutes and "Or-Equals".......................................................................................................14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors).....................................16 5.07 Concerning Subcontractors, Suppliers, and Others...................................................................16 5.08 Wage Rates..................................................................................................................................18 5.09 Patent Fees and Royalties...........................................................................................................19 5.10 Laws and Regulations.................................................................................................................19 5.11 Use of Site and Other Areas.......................................................................................................19 5.12 Record Documents......................................................................................................................20 5.13 Safety and Protection.................................................................................................................. 21 5.14 Safety Representative.................................................................................................................21 5.15 Hazard Communication Programs.............................................................................................22 5.16 Submittals....................................................................................................................................22 5.17 Contractor's General Warranty and Guarantee..........................................................................23 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ............................................ 5.19 Delegation of Professional Design Services 5.20 Right to Audit: ............................................. 5.21 Nondiscrimination ........................................ Article 6 - Other Work at the Site....... 6.01 Related Work at Site ....... Article 7 - City's Responsibilities ............................................ 7.01 Inspections, Tests, and Approvals ....................... 7.02 Limitations on City's Responsibilities ................ 7.03 Compliance with Safety Program ........................ Article 8 - City's Observation Status During Construction....... 8.01 City's Project Representative ................................. 8.02 Authorized Variations in Work .............................. 8.03 Rejecting Defective Work ...................................... 8.04 Determinations for Work Performed ...................... Article 9 - Changes in the Work ...................... 9.01 Authorized Changes in the Work 9.02 Notification to Surety ................... Article 10 - Change of Contract Price; Change of Contract Time 10.01 Change of Contract Price ........................................... 10.02 Change of Contract Time ........................................... 10.03 Delays......................................................................... Article 11 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ............ 11.01 Notice of Defects.............................................................................................................. 11.02 Access to Work................................................................................................................. 11.03 Tests and Inspections........................................................................................................ 11.04 Uncovering Work............................................................................................................. 11.05 City May Stop the Work................................................................................................... 11.06 Correction or Removal of Defective Work...................................................................... 11.07 Correction Period.............................................................................................................. 11.08 City May Correct Defective Work................................................................................... Article 12 - Completion ........................................... 12.01 Contractor's Warranty of Title ............ 12.02 Partial Utilization ................................. 12.03 Final Inspection .................................... 12.04 Final Acceptance .................................. Article 13 - Suspension of Work ..................................... 13.01 City May Suspend Work ............................. Article 14 - Miscellaneous ......................................... 14.01 Giving Notice ......................................... CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 24 24 25 25 26 26 26 26 26 27 a a ... 29 ... 29 ... 29 ... 29 ... 30 ... 30 ... 30 ... 30 ... 31 ................................. 32 ................................. 32 ................................. 32 ................................. 32 ................................. 33 ............................................................. 33 ............................................................. 33 34 34 14.02 Computation of Times................................................................................................................ 34 14.03 Cumulative Remedies................................................................................................................. 34 14.04 Survival of Obligations...............................................................................................................35 14.05 Headings......................................................................................................................................35 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract —The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents —Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions in. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. 11. Day or day —A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer — An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements —A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non -Participating Change Order —A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order —A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans — See definition of Drawings. 24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 25. Project —The Work to be performed under the Contract Documents. 26. Project Representative —The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours — Hours beginning at 7: 00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of apart of the Work at the Site. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non -Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p. m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non -Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4 — BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either parry or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: none Write the name of the railroad company. (If none, then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: none Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence:: none Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 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) XNot 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. XNot Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 Ith day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 — CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. Developer/Contractor. City will forward all invoices for retests to 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 — MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given i£ 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 011100-1 DAP SUMMARY OF WORK Pagel of 3 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105041 Revised December 20, 2012 011100-2 DAP SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105041 Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 1 1 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105041 Revised December 20, 2012 SECTION 0125 00 SUBSTITUTION PROCEDURES PART 1-GENERAL 1.1 SUMMARY A. Section Includes: 01 25 00 - 1 DAP SUBSTITUTION PROCEDURES Page 1 of 5 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised August 30, 2013 012500-2 DAP SUBSTITUTION PROCEDURES Page 2 of 5 a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 5 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, if a reduction in cost or time results, it will be documented by Change Order. 4. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer's opinion, acceptance will require substantial revision of the original design d. In the City's or Developer's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised August 30, 2013 012500-4 DAP SUBSTITUTION PROCEDURES Page 4 of 5 Revision Log DATE NAME SUMMARY OF CHANGE EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATF- We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised August 30, 2013 Submitted By: Signature For Use by City Firm Date Telephone For Use by City: _Approved _ Rejected City Recommended RecomWjF&05 qs noted DAP SUBSTITUTION PROCEDURES Not recommended Remarks Address By Date Date Page 5 of 5 Received late CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised August 30, 2013 SECTION 01 31 19 PRECONSTRUCTION MEETING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 01 31 19 - 1 DAP PRECONSTRUCTION MEETING Page I of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised August 30, 2013 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals in. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments 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] CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised August 30, 2013 01 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 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 Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised August 30, 2013 013233-1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised August 30, 2013 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised August 30, 2013 SECTION 0133 00 DAP SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 DAP SUBMITTALS Page I of 8 1. General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised August 30, 2013 013300-2 DAP SUBMITTALS Page 2 of 8 c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal crossreference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 1 CI 11 1: C 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 %2 inches x 11 inches to 8 %2 inches x l linches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised August 30, 2013 013300-3 DAP SUBMITTALS Page 3 of 8 b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised August 30, 2013 013300-4 DAP SUBMITTALS Page 4 of 8 a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare - parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised August 30, 2013 013300-5 DAP SUBMITTALS Page 5 of 8 a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised August 30, 2013 013300-6 DAP SUBMITTALS Page 6 of 8 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 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non- conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. 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. Sufficient information shall be attached to permit a written response without further information. CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 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] 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 Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised August 30, 2013 013513-1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 1 SECTION 013513 2 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j . Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 — General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 25 1.2 REFERENCES 26 A. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification, unless a date is specifically cited. 30 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 31 High Voltage Overhead Lines. 32 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 33 Specification 34 1.3 ADMINISTRATIVE REQUIREMENTS 35 A. Coordination with the Texas Department of Transportation 36 1. When work in the right-of-way which is under the jurisdiction of the Texas 37 Department of Transportation (TxDOT): 38 a. Notify the Texas Department of Transportation prior to commencing any work 39 therein in accordance with the provisions of the permit CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised August, 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 013513-2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 01 31 13 E. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised August, 30, 2013 013513-3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 2. Coordinate any event that will require connecting to or the operation of an existing 2 City water line system with the City's representative. 3 a. Coordination shall be in accordance with Section 33 12 25. 4 b. If needed, obtain a hydrant water meter from the Water Department for use 5 during the life of named project. 6 c. In the event that a water valve on an existing live system be turned off and on 7 to accommodate the construction of the project is required, coordinate this 8 activity through the appropriate City representative. 9 1) Do not operate water line valves of existing water system. 10 a) Failure to comply will render the Contractor in violation of Texas Penal 11 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 12 will be prosecuted to the full extent of the law. 13 b) In addition, the Contractor will assume all liabilities and 14 responsibilities as a result of these actions. 15 F. Public Notification Prior to Beginning Construction 16 1. Prior to beginning construction on any block in the project, on a block by block 17 basis, prepare and deliver a notice or flyer of the pending construction to the front 18 door of each residence or business that will be impacted by construction. The notice 19 shall be prepared as follows: 20 a. Post notice or flyer 7 days prior to beginning any construction activity on each 21 block in the project area. 22 1) Prepare flyer on the Contractor's letterhead and include the following 23 information: 24 a) Name of Project 25 b) City Project No (CPN) 26 c) Scope of Project (i.e. type of construction activity) 27 d) Actual construction duration within the block 28 e) Name of the contractor's foreman and phone number 29 f) Name of the City's inspector and phone number 30 g) City's after-hours phone number 31 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 32 A. 33 3) Submit schedule showing the construction start and finish time for each 34 block of the project to the inspector. 35 4) Deliver flyer to the City Inspector for review prior to distribution. 36 b. No construction will be allowed to begin on any block until the flyer is 37 delivered to all residents of the block. 38 G. Public Notification of Temporary Water Service Interruption during Construction 39 1. In the event it becomes necessary to temporarily shut down water service to 40 residents or businesses during construction, prepare and deliver a notice or flyer of 41 the pending interruption to the front door of each affected resident. 42 2. Prepared notice as follows: 43 a. The notification or flyer shall be posted 24 hours prior to the temporary 44 interruption. 45 b. Prepare flyer on the contractor's letterhead and include the following 46 information: 47 1) Name of the project 48 2) City Project Number CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised August, 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 01 35 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. H. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. I. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. J. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. K. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised August, 30, 2013 013513-5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 DATE NAME 8/31/2012 D.Johnson 13 END OF SECTION Revision Log SUMMARY OF CHANGE 1.3.13— Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised August, 30, 2013 1 2 3 4 5 6 7 8 9 to 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 013513-6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> M 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 Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN 105041 Revised August, 30, 2013 013513-7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 1 EXHIBIT B 0a FORT WORTH Date: Doe no. xxxx Project Hama: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, 3 — — 4 ,CONTRACTOR CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised August, 30, 2013 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another form of distribution approved by the City. CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised March 20, 2020 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Removed reference to Buzzsaw and noted that electronic submittals be uploaded 03/20/2020 D.V. Magana through the City's document management system. CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised March 20, 2020 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised JULY 1, 2011 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 c. Coordination 1) Contact City 1 week before water for construction is desired d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 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. CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised JULY 1, 2011 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised JULY 1, 2011 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised JULY 1, 2011 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised July 1, 2011 015526-2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised July 1, 2011 015526-3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised July 1, 2011 015713-1 DAP STORM WATER POLLUTION PREVENTION Pagel of 3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 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 CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised July 1, 2011 0157 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. 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) 3926088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 01 33 00, except as stated herein. CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised July 1, 2011 0157 13 - 3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 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 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City's website at: httvs://apes.fortworthtexas.uov/ProiectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. C. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. D. See Section 01 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised March 20, 2020 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 4/7/2014 M.Domenech Revised for DAP application Removed reference to Buzzsaw and noted that the City approved products list is 03/20/2020 D.V. Magana accessible through the City's website. CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised March 20, 2020 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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 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 Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised April 7, 2014 016600-2 DAP 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. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised April 7, 2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 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 Revision Log DATE I NAME I SUMMARY OF CHANGE CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised April 7, 2014 016600-4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised April 7, 2014 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised April 7, 2014 017000-2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised April 7, 2014 017000-3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section I.I.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised April 7, 2014 017000-4 DAP MOBILIZATION AND REMOBILIZATION 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application Page 4 of 4 CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised April 7, 2014 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 7 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 10 11 12 1.2 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 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 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As -Built Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised February 14, 2018 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 7 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 Staking — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. 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 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. The Contractor's selection of a surveyor must comply with Texas Government 27 Code 2254 (qualifications based selection) for this project. 28 1.5 SUBMITTALS 29 A. Submittals, if required, shall be in accordance with Section 0133 00. 30 B. All submittals shall be received and reviewed by the City prior to delivery of work. 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Field Quality Control Submittals 33 1. Documentation verifying accuracy of field engineering work, including coordinate 34 conversions if plans do not indicate grid or ground coordinates. 35 2. Submit "Cut -Sheets" conforming to the standard template provided by the City 36 (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). 37 38 1.7 CLOSEOUT SUBMITTALS 39 B. As -built Redline Drawing Submittal CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised February 14, 2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 7 1 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 2 constructed improvements signed and sealed by Registered Professional Land 3 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A 4 — Survey Staking Standards) . 5 2. Contractor shall submit the proposed as -built and completed redline drawing 6 submittal one (1) week prior to scheduling the project final inspection for City 7 review and comment. Revisions, if necessary, shall be made to the as -built redline 8 drawings and resubmitted to the City prior to scheduling the construction final 9 inspection. 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. Construction Staking 13 1. Construction staking will be performed by the Contractor. 14 2. Coordination 15 a. Contact City's Project Representative at least 2 weeks in advance for 16 scheduling of Construction Staking. 17 b. It is the Contractor's responsibility to coordinate staking such that 18 construction activities are not delayed or negatively impacted. 19 3. General 20 a. Contractor is responsible for preserving and maintaining stakes furnished by 21 City. 22 b. If in the opinion of the City, a sufficient number of stakes or markings have 23 been lost, destroyed or disturbed, by Contractor's neglect, such that the 24 contracted Work cannot take place, then the Contractor will be required to pay 25 the City for new staking with a 25 percent markup. The cost for staking will be 26 deducted from the payment due to the Contractor for the Project. 27 B. Construction Survey 28 1. Construction Survey will be performed by the Contractor. 29 2. Coordination 30 a. Contractor to verify that horizontal and vertical control data established in the 31 design survey and required for construction survey is available and in place. 32 3. General 33 a. Construction survey will be performed in order to construct the work shown 34 on the Construction Drawings and specified in the Contract Documents. 35 b. For construction methods other than open cut, the Contractor shall perform 36 construction survey and verify control data including, but not limited to, the 37 following: 38 1) Verification that established benchmarks and control are accurate. 39 2) Use of Benchmarks to furnish and maintain all reference lines and grades 40 for tunneling. 41 3) Use of line and grades to establish the location of the pipe. 42 4) Submit to the City copies of field notes used to establish all lines and 43 grades, if requested, and allow the City to check guidance system setup prior 44 to beginning each tunneling drive. 45 5) Provide access for the City, if requested, to verify the guidance system and 46 the line and grade of the carrier pipe. CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised February 14, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 7 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 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) CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 7 1 d) Fire hydrants 2 e) Valves (gate, butterfly, etc.) 3 f) Air Release valves (Manhole rim and vent pipe) 4 g) Blow off valves (Manhole rim and valve lid) 5 h) Pressure plane valves 6 i) Underground Vaults 7 (1) Rim and flowline elevations and coordinates for each 8 Underground Vault. 9 3) Sanitary Sewer 10 a) Cleanouts 11 (1) Rim and flowline elevations and coordinates for each 12 b) Manholes and Junction Structures 13 (1) Rim and flowline elevations and coordinates for each 14 manhole and junction structure. 15 4) Stormwater — Not Applicable 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY 19 PART 2 - PRODUCTS 20 A. A construction survey will produce, but will not be limited to: 21 1. Recovery of relevant control points, points of curvature and points of intersection. 22 2. Establish temporary horizontal and vertical control elevations (benchmarks) 23 sufficiently permanent and located in a manner to be used throughout construction. 24 3. The location of planned facilities, easements and improvements. 25 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 26 areas, utilities, streets, highways, tunnels, and other construction. 27 b. A record of revisions or corrections noted in an orderly manner for reference. 28 c. A drawing, when required by the client, indicating the horizontal and vertical 29 location of facilities, easements and improvements, as built. 30 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 31 construction staking projects. These cut sheets shall be on the standard city template 32 which can be obtained from the Survey Superintendent (817-392-7925). 33 5. Digital survey files in the following formats shall be acceptable: 34 a. AutoCAD (.dwg) 35 b. ESRI Shapefile (.shp) 36 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 37 standard templates, if available) 38 6. Survey files shall include vertical and horizontal data tied to original project 39 control and benchmarks, and shall include feature descriptions 40 PART 3 - EXECUTION 41 3.1 INSTALLERS CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised February 14, 2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 7 1 A. Tolerances: 2 1. The staked location of any improvement or facility should be as accurate as 3 practical and necessary. The degree of precision required is dependent on many 4 factors all of which must remain judgmental. The tolerances listed hereafter are 5 based on generalities and, under certain circumstances, shall yield to specific 6 requirements. The surveyor shall assess any situation by review of the overall plans 7 and through consultation with responsible parties as to the need for specific 8 tolerances. 9 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 10 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 11 1.0 ft. tolerance. 12 b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 13 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 14 walkways shall be located within the confines of the site boundaries and, 15 occasionally, along a boundary or any other restrictive line. Away from any 16 restrictive line, these facilities should be staked with an accuracy producing no 17 more than 0.05ft. tolerance from their specified locations. 18 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 19 electric lines, shall be located horizontally within their prescribed areas or 20 easements. Within assigned areas, these utilities should be staked with an 21 accuracy producing no more than 0.1 ft tolerance from a specified location. 22 e. The accuracy required for the vertical location of utilities varies widely. Many 23 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 24 should be maintained. Underground and overhead utilities on planned profile, 25 but not depending on gravity flow for performance, should not exceed 0.1 ft. 26 tolerance. 27 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 28 specifications or in compliance to standards. The City reserves the right to request a 29 calibration report at any time and recommends regular maintenance schedule be 30 performed by a certified technician every 6 months. 31 1. Field measurements of angles and distances shall be done in such fashion as to 32 satisfy the closures and tolerances expressed in Part 3.1.A. 33 2. Vertical locations shall be established from a pre -established benchmark and 34 checked by closing to a different bench mark on the same datum. 35 3. Construction survey field work shall correspond to the client's plans. Irregularities 36 or conflicts found shall be reported promptly to the City. 37 4. Revisions, corrections and other pertinent data shall be logged for future reference. 38 39 3.2 EXAMINATION [NOT USED] 40 3.3 PREPARATION [NOT USED] 41 3.4 APPLICATION 42 3.5 REPAIR / RESTORATION 43 A. If the Contractor's work damages or destroys one or more of the control 44 monuments/points set by the City or Developer's Project Representative, the monuments 45 shall be adequately referenced for expedient restoration. CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised February 14, 2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 7 1 1. Notify City or Developer's Project Representative if any control data needs to be 2 restored or replaced due to damage caused during construction operations. 3 a. Contractor shall perform replacements and/or restorations. 4 b. The City or Developer's Project Representative may require at any time a 5 survey "Field Check" of any monument or benchmarks that are set be verified 6 by the City surveyors or Developer's Project Representative before further 7 associated work can move forward. 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD [OR] SITE QUALITY CONTROL 10 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 11 City or Developer's Project Representative in accordance with this Specification. This 12 includes easements and right of way, if noted on the plans. 13 B. Do not change or relocate stakes or control data without approval from the City. 14 3.8 SYSTEM STARTUP 15 A. Survey Checks 16 1. The City reserves the right to perform a Survey Check at any time deemed 17 necessary. 18 2. Checks by City personnel or 3' party contracted surveyor are not intended to 19 relieve the contractor of his/her responsibility for accuracy. 20 21 3.9 ADJUSTING [NOT USED] 22 23 24 25 26 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] 27 28 DATE NAME 29 END OF SECTION Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised February 14, 2018 SECTION 0174 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 01 74 23 - 1 DAP CLEANING Page 1 of 4 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 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 Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised April 7, 2014 01 74 23 - 2 DAP 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. CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised April 7, 2014 01 74 23 - 3 DAP CLEANING Page 3 of 4 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. 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. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 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. 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] CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised April 7, 2014 DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application 01 74 23 - 4 DAP CLEANING Page 4 of 4 CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised April 7, 2014 01 77 19 - 1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract 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. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised April 7, 2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised April 7, 2014 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised April 7, 2014 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 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 '/2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised April 7, 2014 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 c. Text: Manufacturer's printed data, or neatly typewritten d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. f. 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. g. 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 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 CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised April 7, 2014 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 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. 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 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 CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised April 7, 2014 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 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 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: CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 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 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 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE 1.5.A.1 — title of section removed Revised for DAP Application CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised April 7, 2014 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised April 7, 2014 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 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. 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] CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised April 7, 2014 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 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". 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. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 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 CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised April 7, 2014 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP Application CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105041 Revised April 7, 2014 APPENDIX GC 4.01 Availability ef Lands GC-4.02 Subsurface and Physical Conditions GC 4.0^��3c\rpa--ux GG 6..06.D Mi-no it GC 6.077 ago Ra+x GC 6.0 Tka-v Sit: -a-.-, � Utilities hies GR-01 60 00 Product Requirements CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105041 Revised July 1, 2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105041 Revised July 1, 2011 Fl EE E3 BMC-a1 M- EFRIM(-- ESF9M L.JF' PROJECT NO. 25425 JUNE, 2024 GEOTECHNICAL INVESTIGATION RETAIL BUILDING 8652 BRYSON LANE FORT WORTH, TEXAS Presented To: ROSE CITY PARTNERS, LLC PLANO,TEXAS F-1EEi] , ErlMInEEF-1I"E--, GEOTECHMCAL AND [j F� CD 1_J F1 ENY19ONMENTAL CONSULTANT5 June 30, 2024 Project No. 25425 Rose City Partners, LLC 5830 Granite Parkway, Suite #100-372 Plano, Texas 75024 ATTN: Mr. Brian Alley GEOTECHNICAL INVESTIGATION RETAIL BUILDING 8652 BRYSON LANE FORT WORTH, TEXAS Gentlemen: Transmitted herewith are copies of the referenced report. Should you have any questions concerning our findings or if you desire additional information, do not hesitate to call. Sincerely, REED ENGINEERING GROUP, LTD. Registration Number F-3114 Jason A. Polanco, E.I.T. Staff Engineering Geologist r Ronald F. Reed, P.E. Principal Engineer JAP/RFR/apv copy submitted via e-mail only O.. TE q'P�'� R0NAL6. F...EE RQ 48174 July 1, 2024 2424 STUTZ DRIVE. SUITE 400 ❑ALLAS,TX 75235 GEQTECHIVICAL ENGINEERING ref 214.350.5600 fax 214.150.0019 ENVIRONMENTAL CONSULTING www.reed-Lngineering.com CONSTRUCTION MATERIALS TESTING R E E E3 B M C-a 1 M- E FR I M (-- ESFiaCJF' TABLE OF CONTENTS PAGE INTRODUCTION....................................................................................................1 ProjectDescription...................................................................................... 1 Authorization................................................................................................1 Purposeand Scope.......................................................................................2 FIELD AND LABORATORY INVESTIGATIONS ............................................ 2 General.......................................................................................................... 2 FieldInvestigation........................................................................................3 LaboratoryTesting...................................................................................... 3 GENERAL SITE CONDITIONS...........................................................................4 Physiography................................................................................................ 4 Geology and Stratigraphy........................................................................... 5 GroundWater.............................................................................................. 6 Texas Health and Safety Code and TCEQ Comment .............................. 6 Seismic Site Classification........................................................................... 6 ANALYSIS AND RECOMMENDATIONS..........................................................7 Potential Vertical Movements.....................................................................7 Foundation - General...................................................................................8 FoundationDesign....................................................................................... 8 GradeBeams................................................................................................ 12 FloorSlab......................................................................................................12 TemporaryExcavation................................................................................19 RetainingWalls............................................................................................ 22 Earthwork, General.....................................................................................24 Earthwork.....................................................................................................25 Pavement.......................................................................................................27 Construction Observation and Testing Frequency...................................29 -]- REE a Er-1 G 1 I-lE E1911-I C-i CSF9ouF= TABLE OF CONTENTS (Continued) ILLUSTRATIONS PLATE PLANOF BORINGS...............................................................................................1 BORINGLOGS....................................................................................................... 2-7 KEYS TO TERMS AND SYMBOLS USED.........................................................8&9 LABORATORY TEST RESULTS........................................................................ 10 ABSORPTION PRESSURE -SWELL TEST RESULTS ..................................... 11 2024 AERIAL PHOTOGRAPH............................................................................. 12 SPECIFICATIONS WATER INJECTION W/"SELECT" FILL CAP........... WATER INJECTION W/"FLEXIBLE BASE" CAP...... PAGE ....................................1 .................................... 1 E E FR 1 I-1 G G Fi FD U F3 INTRODUCTION Project Description This report presents the results of a geotechnical investigation performed for a retail building to be located at 8652 Bryson Lane in Fort Worth, Texas. The general orientation of the site is shown on the Plan of Borings, Plate 1 of the report Illustrations. The project consists of construction of a retail building with an approximate plan area of 9,663 square feet, a detention basin, and paving for parking and drives. It is understood that the bottom of the detention basin will be at approximate Elev. 797 to 796 feet. Retaining wall heights of approximately eight to nine feet are anticipated for the detention basin. Finished floor elevation is currently unknown. The recommendations provided herein should be reviewed by this office once finished floor elevation has been established to allow for evaluation and modification of the recommendations, if necessary. Authorization This investigation was authorized by Mr. Brian Alley of Rose City Partners, LLC by signature of our Proposal No. 4-14REV on May 30, 2024. Proicct No. 25425 - ] - June 28, 2024 FR E >_� L7 E 1-1 (-a 1 I-1 E E R 1 1-1 G G Fi FD U F3 Purpose and Scope The purpose of this investigation has been to evaluate the general subsurface conditions and provide recommendations for: • design of the foundation system; • floor slab; • site retaining walls; • pavement subgrade; and • site preparation and earthwork compaction criteria. The investigation has included drilling sample borings, performing laboratory testing, analyzing engineering and geologic data, and developing geotechnical recommendations. The following sections present the methodology used in this investigation. Recommendations provided herein are site -specific and were developed for the project discussed in the report Introduction. Persons using this report for other than the intended purpose do so at their own risk. FIELD AND LABORATORY INVESTIGATIONS General The field and laboratory investigations have been conducted in accordance with applicable standards and procedures set forth in the 2023 Annual Book of ASTM Standards, Volumes 04.08 and 04.09, "Soil and Rock." These volumes should be consulted for information on specific test procedures. Project No. 25425 - 2 - June 28, 2024 R E E L7 E I-1 t-a I I -I E E FER 1 1-1 G G Fi FD U F3 Field Investigation Subsurface conditions were evaluated by 6 sample borings drilled to depths of 6 to 20 feet in June 2024. The locations of the borings are shown on Plate 1 of the report Illustrations. Boring locations were identified using a GPS (global positioning system) unit. The accuracy of this unit is estimated to be within plus or minus one meter. Borings were advanced between sampling intervals by means of a truck -mounted drilling rig equipped with continuous flight augers. Samples of cohesive soils were obtained with 3-inch diameter Shelby tubes (ASTM D 1587). Weathered limestone was evaluated in -situ using the Texas Department of Transportation (TxDOT) cone penetrometer test. Delayed water level observations were made in the open boreholes to evaluate ground water conditions. Borings were backfilled at completion of field operations. Sample depth, description of materials, field tests, water conditions, and soil classification [Unified Soil Classification System (USCS), ASTM D2488] are presented on the Boring Logs, Plates 2 through 7. Keys to terms and symbols used on the logs are included as Plates 8 and 9. Elevations shown on the boring logs arc approximate, and have been interpolated to the nearest foot based on topographic information prepared by Kimley-Horn and Associates Inc. dated May 17, 2024. Laboratory Testing All samples were returned to the laboratory and visually logged in accordance with the USCS. The consistency of cohesive soils was evaluated by means of a pocket penetrometer. Results of the pocket penetrometer readings are presented on the boring logs. Project No. 25425 - 3 - June 28, 2024 R E E L7 E I-1 t-a I I -I E E FER 1 1-1 G G Fi FD U F3 Laboratory tests were performed to evaluate index properties and confirm visual classification of selected samples. Tests and ASTM designations are provided in Table 1. TABLE 1. TESTS CONDUCTED AND ASTM DESIGNATIONS Type of Test Atterberg Limits Moisture Content Partial Gradation Soil Suction The results of these tests are summarized on Plate 10. ASTM Designation D4318 D2216 D1140 D5298 The expansive characteristics of the severely weathered calcareous shale was also evaluated by means of an absorption pressure -swell test conducted in accordance with general procedures discussed by Johnson and Snethenl. Results of the swell test are presented graphically on Plate 11. GENERAL SITE CONDITIONS Physiography At the time of the investigation, the site was relatively flat with a horse stable and some trees located near the northwestern perimeter. According to review of historical Google Earth aerial photography, a single-family residence was built between 1995 and 2001. Additional structures 'Johnson, L.D., & Snethen, D.R. (1978). "Prediction of Potential Heave of Swelling Soil." Geotechnical Testing Journal, ASTM 1 (3), 117-124. Project No. 25425 - 4 - June 28, 2024 R E E L7 E 1-1 (-a 1 I -I E E FOR 1 1-1 G G Fi FD U F3 were constructed in 2003, 2012, and 2014. The site appears to have been previously used for livestock. A February 2024 Google Earth aerial photograph has been provided on Plate 12 for reference. Geology and Stratigraphy Subsurface conditions encountered in the borings consisted of residual (weathered, in -place) soil grading to severely weathered calcareous shale (marl) to weathered limestone of the Cretaceous Fort Worth Limestone and Duck Creek Formations, undivided. Residual soil was encountered in the upper seven to nine feet and consisted of dark brown and brown, high plasticity (CH) to moderate plasticity (CL) silty clay with varying amounts of calcareous concretions and deposits, sand, and roots. Pale brown and brownish -yellow CL silty clay with varying amounts of calcareous seams were encountered in some borings. Borings B-5 and B-6 terminated within the residual soil. Brownish -yellow, reddish -yellow, and gray, severely weathered calcareous shale, with limestone seams, was encountered below depths of seven to nine feet. The severely weathered calcareous shale possesses the engineering properties of CL to CH silty clay and is dual -classified as such on the boring logs. Tan, hard to very hard (rock classification), weathered limestone, with calcareous clay seams was encountered at depths of 13 to 14-1/2 feet (approximate Elev. 791.5 to 790 feet) in Borings B-1 through B-4. The remaining borings terminated within the tan, weathered limestone. Based on the suction profiles, the upper soils exhibited variable moisture within the upper six feet and were generally dry below six feet through the depths explored in June 2024. Project No. 25425 - 5 - June 28, 2024 R E E L7 E 1-1 (-a 1 I -I E E FOR 11-1 G G Fi FD U F3 Ground Water Ground water was not encountered during drilling or post -drilling operations. The depth to ground water will fluctuate with variations in seasonal and yearly rainfall; however, quantities are anticipated to be limited throughout the year. Texas Health and Safety Code and TCEQ Comment Pursuant to the Texas Health and Safety Code, Chapter 361, §361.538 and 30 Texas Administrative Code 330, §330.953, Reed Engineering Group, Ltd. has performed appropriate soil tests as required by these regulations to demonstrate that the subject property does not overlie a closed municipal solid waste landfill. The site observations and subsurface data do not indicate the presence of buried municipal solid waste at this site. Based on these data, development of this site should not require a Development Permit, as described in §361.532 and §§330.951- 330.963, Subchapter T. Seismic Site Classification The site has been classified with respect to seismic design criteria contained in the 2021 International Building Code (IBC), Section 1613, and ASCE 7-22, Chapter 20. The criteria require characterization of the upper 100 feet of subsurface materials. Based on the ASCE 7-22 criteria, the site is classified as Site Class C in accordance with Table 20.2-1. Project No. 25425 - 6 - June 28, 2024 FR E >_� L7 E 1-1 (-a 1 I-1 E E FR 1 1-1 G G Fi FD U F3 ANALYSIS AND RECOMMENDATIONS Potential Vertical Movements Potential Vertical Movements (PVM) were evaluated using an empirical procedure developed by McDowell' and modified by the Texas Department of Transportation, TxDOT Test Method 124-E3 in conjunction with the soil suction and absorption pressure -swell tests. Based on the PVM calculations and past experience, potential movements from a dry to moist condition are estimated to be on the order of two to four inches, depending on location. Movement will be associated with seasonal changes in soil moisture. Ground -supported improvements (i.e., sidewalks and paving) will move in response to changes in soil moisture. The movement will be observed as heave if the soils are dry at the time the pavement or sidewalk is constructed. The movement will be observed as settlement if the soils are moist at the time of construction. Generally, settlement will be limited to the outer perimeter (outer four to five feet) of larger slabs. Prudent watering during extended dry climatic periods can control settlement associated with seasonal movement. Recommendations are provided to limit movement below the building; however, some movement of site paving and sidewalks should be anticipated. The estimated PVM is based on existing site grades. If cut and fill in excess of one foot will be required below the building to establish finished grade, this office should be consulted for additional analysis and recommendations. 2 McDowell, C. "The Relation of Laboratory Testing to Design for Pavements and Structures on Expansive Soils" (1959). Quarterly of the Colorado School of Mines, Volume 54, No. 4, 127-153. 3 "Method for Determining the Potential Vertical Rise, PVR." (1978). Texas Department of Transportation, Test Method Tex-124-E. Project No. 25425 - 7 - June 28, 2024 FR E >_� L7 E 1-1 (-a 1 I-1 E E R 1 1-1 G G FiFDFJF3 Foundation — General It is understood that the development will consist of a retail building. Two foundation types are considered feasible for the proposed building; a pier and beam foundation with either a suspended or ground -supported (floating) floor, or a monolithic "waffle" slab -on -grade foundation system. The pier and beam foundation is considered the most positive due to the building configuration and utility placement or realignment in the future. This office can provide recommendations for a monolithic "waffle" slab -on -grade foundation, if desired. Design criteria, and subgrade modification considering a ground -supported floor, for the pier and beam foundation is provided below. Foundation Design Foundation support for concentrated column loads may be provided by auger -excavated, straight - shaft, reinforced concrete piers. The piers should be founded a minimum of three feet into the tan, weathered limestone encountered at depths of 14 to 14-1 /2 feet (approximate Elev. 791.5 to 790 feet) below present (June 2024) grade within the footprint of the proposed retail building. For purposes of identification, recommended bearing and skin friction values may be used below a minimum seating depth of three feet. Due to the very hard nature of the limestone, specialized drilling equipment may be required. Piers should be proportioned for a maximum end bearing pressure of 18 kips per square foot (ksf) and a maximum skin friction in compression of 5.0 ksf. The end bearing and skin friction values are applicable for portions of the piers extended below the three-foot minimum penetration Project No. 25425 - 8 - June 28, 2024 R E E L7 E 1-1 (-a 1 I -I E E FER 11-1 G G Fi FD U F3 recommended for visual confirmation of the tan, weathered limestone. No portion of the pier surface area above the minimum three-foot penetration should be counted on to provide shear (skin friction) resistance. Piers proportioned in accordance with these allowable bearing and skin friction values will have a minimum factor of safety of three considering a shear or plunging failure. The weight of the pier concrete below final grade may be neglected in determining foundation loads. Properly constructed piers should undergo negligible post -construction settlement. Piers will be subjected to uplift associated with swelling within the upper clays. The piers should contain reinforcing steel throughout the pier shaft to resist the tensile uplift forces. Reinforcing requirements may be estimated based on an uplift pressure of 1.3 ksf acting over the top 6 feet of pier surface area. The recommended uplift value is considered a working load. Appropriate factors of safety should be applied in calculating the percent of reinforcement. Temperature reinforcement will be sufficient to resist uplift forces for piers installed within areas of the site where subgrade modification as presented in the Floor Slab section has been performed. "Mushrooming", or widening of the upper portion of the pier shaft, will significantly increase the uplift pressure from the upper clays. "Mushrooms" should be removed from the piers prior to backfill operations. Pier caps should not be used with the piers unless a minimum void of 6 inches (approximate factor of safety of 1.5) is created below the portion of the cap extending beyond the shaft diameter. The void may be reduced to four inches considering proper implementation of subgrade modification as outlined in Floor Slab section. Project No. 25425 - 9 - June 28, 2024 R E E L7 E 1-1 (-a 1 I-1 E E FOR 11-1 G G Fi FD U F3 Uplift resistance will be provided by negative friction within the tan, weathered limestone. Resistance to uplift can be calculated using an allowable friction of 3.5 ksf. This value should be applied for all portions of the piers extending below the minimum three-foot penetration depth into tan, weathered limestone. Piers designed using the above value will have a minimum factor of safety of three considering a shear failure in uplift. The recommended end bearing and skin friction values are based on a minimum center -to -center spacing of the piers of two times the average pier diameter. If piers will be closer than two pier diameters, center -to -center, a reduction in the skin friction and end bearing is recommended. Ground water was not encountered during the field investigation. The use of casing or dewatering of pier excavations should not be required if close coordination of drilling and concrete placement is performed. Pier excavations should be dry and free of deleterious materials prior to concrete placement. In no case should the pier shaft excavations remain open for more than six hours prior to concrete placement. Continuous observation of the pier construction by a representative of this office is recommended. Observation is recommended to confirm the bearing stratum and that the excavations are dry prior to placement of concrete. It is anticipated that the piers may be analyzed for lateral loading. "L-Pile" software is frequently used for lateral load analysis of piers. Geotechnical input parameters for L-Pile analysis are provided in Table 2 below. Project No. 25425 - 10 - June 28, 2024 R E>-�17 EF-I (-- 1I-I E I-=;Fi I 1-a G FiKOUP TABLE 2. GEOTECHNICAL `L-PILE' PARAMETERS Material Modified/ Severely Weathered Weathered Type Residual Soil Calcareous Shale Limestone Depth Range 0-9 9 — 15 Greater than 15 (feet) Cohesion 500 1,000 --- (psf) Unit Weight (pcf) 125 125 135 Subgrade Modulus (pci) 100 350 --- Strain Factor 0.01 0.007 --- (E5o) Compressive --- --- 350 Strength (psi) Young Modulus --- --- 20,000 RQD (%) k rm — --- --- 0.0005 The pier loading criteria was not available at the time of this writing. The specific pier diameter, head fixity, and load should be analyzed. A minimum pier spacing of two diameters, center -to - center, is recommended to limit stress overlap. Project No. 25425 - 11 - June 28, 2024 R E E L7 E r-1 (-a 1 I-1 E E FOR 1 1-1 G G Fi FD U F3 Grade Beams Grade beams should be constructed with a minimum void of 6 inches (approximate factor of safety of 1.5) beneath them. A void is recommended to limit potential foundation movements associated with swelling of the underlying soils. The void may be reduced to four inches considering proper implementation of subgrade modification as outlined in Floor Slab section. The void can be created below grade beams by use of wax -impregnated cardboard forms. Retainer boards along the outside of the grade beam will not be necessary. Grade beams should be double -formed. Earth -forming of beams below ground is not recommended because of the inability to control the beam excavation width. Fill on the outside of perimeter grade beams should be placed in a controlled manner. Backfill should consist of site -excavated clays, or equal, placed and compacted in accordance with the Earthwork section. If bedding soils must be used adjacent to the perimeter of the building, the clay/bedding soil interface should be sloped to drain away from the building. Compaction criteria are included in the Earthwork section. Floor Slab Potential movements associated with heave from a dry condition to a moist condition are estimated to be on the order of two to four inches, depending on location. Additional movement is possible if the clays become saturated, such as can happen from utility leaks and excessive ponding of water adjacent to the perimeter walls. Project No. 25425 - 12 - June 28, 2024 R E E L7 E 1-1 (-a 1 I-1 E E FOR 1 1-1 G G Fi FD U F3 Two types of floor systems are considered feasible; a suspended floor and a ground -supported (or "floating") slab. The suspended floor is considered the most expensive but does provide the highest degree of confidence that post -construction movement of the floor will not occur. If this alternative is desired, a minimum void of 8 inches (approximate factor of safety of 2.0) is recommended between the soil and the lowest structural element of the floor system. For this alternative, plumbing lines should be suspended a minimum of six inches above the underlying soils. Where plumbing lines transition into the soil, they must be free to move up to four inches without intercepting the structure or distressing plumbing joints. Use of a ground -supported floor is feasible, provided the risk of some post -construction floor movement is acceptable. The potential movement can be reduced by proper implementation (i.e., construction) of remedial earthwork recommended in the following paragraphs. The risk of the potential movement occurring can be reduced by implementation of positive grading of surface water away from the building and backfilling immediately adjacent to the structure with on -site clays. Several options and alternatives are provided in the following sections. The purpose of the alternatives is to provide optimum performance of a ground -supported slab while limiting unnecessary costs. This office can assist with optimization of the alternatives upon review of proposed finished grades. The most economical way of limiting the potential for host -construction floor movement, and the most positive from a design perspective, is to reduce the potential for heave -related movement prior to construction of the floor. This can be accomplished by either: Project No. 25425 - 13 - June 28, 2024 FR E >_� L7 E 1-1 (-a 1 I-1 E E R 1 1-1 G G Fi FD U F3 • mechanically excavating the upper soil, mixing the soil with water, then recompacting the soil at an elevated moisture in controlled lifts; or • preswelling via multiple passes of water pressure injection. Of these two, the least expensive, most positive and easiest if performed nronerly. is to preswell via the injection process. Both options are presented in the following sections. At completion of either the injection process or excavation and recompaction process, a surface seal will be required to maintain the desired moisture. Two types of surface seals can be provided: • a minimum of 12 inches of "select" fill; or • a minimum of 6 inches of flexible base. Experience has shown comparable performance for each of the recommended surface treatments. The recommendations provided below should be reviewed by this office once finished floor elevation has been established. This office should be provided with a site grading plan to allow for evaluation and modification of the recommendations, if necessary. Pressure Injection Option - This option consists of performing cut and fill balance followed by injection, then providing a surface seal. The performance of an injected subgrade is dependent upon the quality of the workmanship. Therefore, water pressure injection is not recommended unless a representative of this office is present full-time to observe all injection operations. Project No. 25425 - 14 - June 28, 2024 FR E >_� L7 E 1-1 (-a 1 I-1 E E R 1 1-1 G G Fi FD U F3 Procedures consist of the following. 1. Strip vegetation and dispose of the organic materials in accordance with the project specifications. 2. Cut and fill balance with on -site soils to the subgrade required for the desired moisture cap. Place and compact soils in accordance with recommendations in the Earthwork section. • Note: If insufficient on -site fill exists to achieve the proposed subgrade for the "select" fill or flexible base options, all imaorted fill for use below the building should consist of "select" fill, flexible base, or approved common fill. Balance on -site soils to provide a uniform thickness of "select" fill or flexible base. 3. Preswell the upper clays via pressure injection with water. Perform injections to a depth of five feet below existing grade or finished floor, whichever is greater. Consideration should be given to extending the treated area to the outer limits of the sidewalks as a minimum. The lateral extent of the treated area should be reviewed by the owner and design team to address desired reduction of movement outside the structure and surface paving. Guideline specifications for performance of the injection process are included in the report Specifications. Two guideline Specifications are included, one for each of the surface treatment options. 4. Place and compact the surface moisture barrier, consisting of either: • 12 inches of "select" fill; or • 6 inches of flexible base. The actual number of injection passes required will be dependent upon the soil moisture conditions at the time of construction. For estimating purposes, and considering dry conditions at the time of construction, a minimum of three injection passes should be anticipated. Placement recommendations for "select" fill and flexible base are included in the Earthwork section. Project No. 25425 - 15 - June 28, 2024 R E E L7 E 1-1 (-a 1 I-1 E E FOR 1 1-1 G G Fi FD U F3 The cap is recommended to protect the moisture in the subgrade and create an increased subgrade strength. It is not intended to be an all-weather working surface that supports heavy equipment during construction. If an all-weather working surface is desired, this office should be consulted for additional recommendations. The injected area should be extended laterally a minimum of five feet beyond the general building lines. The injection footprint should be increased a minimum of 10 feet beyond the building at entrances to reduce the potential for differential movement between the structure and sidewalks or entrance pavement. Due to the potential movements, consideration should be given to extending the treated area to the outer limits of the sidewalks as a minimum. The lateral extent of the treated area should be reviewed by the owner and design team to address desired reduction of movement outside the structure and surface paving. Excavation and Recompaction Option - An alternative method of pre -wetting the upper soils to reduce the potential for post -construction swell consists of excavation of the upper soil, mechanically mixing the soil with water, then recompaction of the excavated soil in controlled lifts. This method of pre -wetting the soils is not effective unless the water is uniformly blended with the soil. Simply wetting the surface of the soil will not achieve the required result. General procedures are as follows. Project No. 25425 - 16 - June 28, 2024 R E E L7 E 1-1 (-a 1 I-1 E E FOR 1 1-1 G G FiFDFJF3 1. Strip vegetation and dispose of the organic materials in accordance with the project specifications. 2. Excavate to a depth of four feet below existing grade or a minimum of four feet below finished floor, whichever is greater. Extend the footprint of the excavated area a minimum of 5 feet beyond the general building lines and a minimum of 10 feet beyond entrances. Consideration should be given to extending the treated area to the outer limits of the sidewalks as a minimum. The lateral extent of the treated area should be reviewed by the owner and design team to address desired reduction of movement outside the structure and surface paving. 3. Scarify the exposed subgrade to a depth of six inches, water as necessary and recompact to the density and moisture recommended in the Earthwork section. 4. Compact site -excavated soils in lifts as outlined in the Earthwork section to the subgrade required for the desired moisture cap. Place and compact soils in accordance with recommendations in the Earthwork section. Note: If insufficient on -site fill exists to achieve the proposed subgrade for the "select" fill or flexible base options, all imported fill for use below the building should consist of "select" fill, flexible base, or approved common fill. Balance on -site soils to provide a uniform thickness of "select" fill or flexible base. 5. Place and compact the surface moisture barrier, consisting of either: • 12 inches of "select" fill; or • 6 inches of flexible base. Placement recommendations for "select" fill and flexible base are included in the Earthwork section. The cap is recommended to protect the moisture in the subgrade and create an increased subgrade strength. It is not intended to be an all-weather working surface that supports heavy equipment during construction. If an all-weather working surface is desired, this office should be consulted for additional recommendations. Project No. 25425 - 17 - June 28, 2024 R E E a E 1-1 (-a 1 I-1 E E FOR 1 1-1 G G Fi FD U F3 The perimeter of the excavation should be sloped, from the bottom up, at one horizontal to one vertical (1 H:1 V) to create a transition between reworked soils and non -reworked soils. This will decrease the potential for concentrated differential movement between treated and untreated areas. Other Considerations - The moisture cap should be placed within seven days following completion of either the injection process or the excavation and recompaction operations to limit moisture loss. Careful consideration should be given to the actual area treated with either of the two alternatives to reduce movement. The potential for post -construction heave will be reduced in the treated areas; however, areas left untreated will result in differential movement. In general, it is recommended the treated area extend beyond the building to reduce the potential for differential movement among the building, the sidewalk and entrance pavement, or in areas where site paving is relatively flat because of drainage or ADA considerations. Consideration should be given to extending the treated area to the outer limits of the sidewalks, as a minimum. The lateral extent of the treated area should be reviewed by the owner and design team to address desired reduction of movement outside the structure and surface paving. Potential post -construction floor movement associated with heave, considering a properly preswelled or reworked subgrade, is anticipated to be on the order of one inch. Additional movement, especially during construction, is possible if the clays become saturated, such as can happen from utility leaks, ponding of water adjacent to the slab during construction, and excessive ponding of water adjacent to the perimeter walls after construction. Project No. 25425 - 18 - June 28, 2024 R E E L7 E 1-1 (-a 1 I-1 E E FOR 1 1-1 G G Fi FD U F3 Positive drainage of water away from the structure must be provided and maintained after construction. Architectural detailing of interior finishes should allow for approximately one inch of differential floor movement. A minimum 10-mil thick polyethylene sheet is recommended below the floor to limit migration of moisture through the slab from the underlying soils (Note, ASTM E 1745 recommends a minimum 15-mil poly). This is of particular importance below sections of the floor covered with carpeting, paint, or tile. Penetrations and lapped joints should be sealed with a waterproof tape. Ground -supported floors over expansive soils may be subject to settlement if the underlying clays dry during the life of the structure. Natural desiccation will be limited to the outer four to five feet along the perimeter where surface pavement does not abut the structure. However, roots from trees and shrubs can grow below the structure and increase the zone of desiccation. This process typically requires 8 to 10 years to develop. An effective means of limiting plant root growth is construction of a vertical moisture barrier adjacent to the foundation or extension of paving to the perimeter of the building. If utilized, the barrier should consist of a minimum six- inch wide, five-foot deep lean concrete wall, or other suitable material. Trees and shrubs should be planted outside the barrier. Temporary Excavation A temporary excavation is anticipated to accommodate construction of the detention basin. An excavation depth of up to 12 feet is anticipated. The excavation will terminate within the severely weathered calcareous shale. Project No. 25425 - 19 - June 28, 2024 R E E L7 E 1-1 (-a 1 I -I E E FOR 11-1 G G Fi FD U F3 Temporary slopes or excavation walls are recommended within the upper clays and severely weathered calcareous shale. The slopes are recommended to reduce the potential for collapse within the upper soils. Temporary slopes within the upper clays should be no steeper than one vertical to one horizontal (1VAH). These maximum slopes are applicable considering no surcharge, such as existing structures, stockpiled materials, or heavy equipment. Vertical or near -vertical excavation walls may be required to prevent undermining of underground utilities or existing structures. A temporary retention system such as a soldier pile and lagging system or contiguous piers are typically employed for vertical or near -vertical excavations in soil and weathered rock. Use of a soldier pile and lagging system may result in minor loss of materials behind the retention system. The retention system will be subjected to active lateral earth pressures associated with the upper clay and severely weathered calcareous shale. Considering an anchored soldier pile and lagging system, the trapezoidal loading diagram shown in Figure 1 may be used to estimate lateral earth pressures. For on -site clay or severely weathered shale, 50 pounds per foot times the wall height in feet of force is recommended for the "x" dimension on the loading diagram (e.g., for a 12-foot-h1gh wall, "x" is equal to 600 pounds force). Project No. 25425 - 20 - June 28, 2024 FR E >-� L7 E 1-1 (-a 1 I-1 E E R 1 I-1 G G Fi FD U F3 Figure 1: Recommended Loading Diagram for Anchored Retention System. M 0.25 11 0.5 H 0.25 H If a cantilevered system with no anchors is used, lateral earth pressures associated with the upper clay and severely weathered calcareous shale can be estimated based on an equivalent fluid pressure of 60 pounds per cubic foot (pcf). Rotation, or lateral movement of the top of the wall, equal to 0.02 times the height of the wall, is estimated to develop the active earth pressure. The lateral earth pressure values above do not contain specific factors of safety. Factors of safety should be integrated into the structural design, as necessary. Lateral pressures using the values above are applicable for horizontal surface grades and non - surcharged, drained conditions. Surcharge associated with heavy construction equipment or temporary cut slopes, if utilized, should be added. Project No. 25425 - 21 - June 28, 2024 FR E *_� a E 1-1 (-a 1 I -I E E R 11-1 G G Fi FD U F3 Retaining Walls Lateral earth pressures against retaining walls will be a function of the backfill within the "active zone" of earth pressure. The "active zone" is the wedge of soil defined by the surface of the wall and a plane inclined 45' from the vertical passing through the base of the wall (or the base of the heel for a cantilevered wall). Considering backfill using site -excavated materials, lateral earth pressures can be estimated based on an equivalent fluid pressure of 60 pcf for active conditions, or 80 pcf for at -rest conditions. Rotation, or lateral movement on the top of the wall, equal to 0.02 times the height of the wall will be necessary for on -site soil backfill for the "active" condition. Alternatively, imported "select" fill may be used as backfill in the active zone. Considering Ilselect" fill, lateral earth pressures can be estimated based on an equivalent fluid pressure of 40 pcf, active conditions, or 60 pcf at -rest conditions. Lateral movement of the top of the wall equal to 0.001 times the height of the wall will be necessary for the "active" pressure condition for Ilselect" fill backfill. The lateral earth pressures are applicable for horizontal surface grades and non -surcharged, drained conditions. A drainage system should be installed behind the base of the retaining walls to limit development of hydrostatic pressure. The drainage system should consist, as a minimum, of 12-inch by 12-inch pocket drains spaced 10 feet on -center, installed near the base of the wall. Project No. 25425 - 22 - June 28, 2024 R E E L7 E I-1 t-a I I -I E E FER 1 1-1 G G Fi FD U F3 Fill in the pocket drains should consist of durable crushed stone such as ASTM C33, Size 67 or coarser, wrapped in filter fabric (Mirafi 140N or equivalent). Backfill around the gravel drain should consist of site -excavated soils or "select" fill. A compacted clay cap is recommended within the upper two feet of the surface to limit surface -water infiltration behind the walls. Retaining walls may be founded on spread or continuous footings placed a minimum of 18 inches into undisturbed, on -site soils or compacted and tested fill. Footings should be proportioned for a maximum bearing pressure of 2,500 pounds per square foot (psf). Movement of the footings and walls should be anticipated. Flexible walls are recommended. Solid concrete walls should be battered into the soil to limit outward rotational movement caused by differential footing movement. Passive resistance to lateral movement can be estimated based on an equivalent fluid pressure of 300 pcf for on -site materials. This value is applicable for footings founded on undisturbed, on - site soils or compacted and tested fill. In addition to passive resistance, a coefficient of friction between the base of the footing and the underlying soil equal to 0.35 may be used. The lateral earth pressure values do not incorporate specific factors of safety. If applicable, factors of safety should be integrated into the structural design of the wall. Earth slopes greater than eight feet in height should be evaluated for global stability. This also applies to slopes combined with retaining walls that have a combined height in excess of eight feet. Global stability analysis was not within the scope of the present investigation. This office Project No. 25425 - 23 - June 28, 2024 R E E L7 E 1-1 (-a 1 I-1 E E FOR 11-1 G G Fi FD U F3 can assist with preliminary global stability analysis if desired. Final global stability analysis is typically performed by the wall designer. All constructed slopes should be vegetated as soon as possible. Use of erosion control fabric is recommended during vegetation of the slopes. Earthwork, General Proper compaction of soil requires both the correct moisture content and "compactive effort" or energy. The compactive effort, or energy, imparted into the soil by the equipment used for compaction, has to be compatible with the lift thickness. The lighter the equipment (lower contact pressure), the thinner the loose lift of soil has to be to achieve adequate compaction. If the lift of soil is too thick for the energy (compactive effort) exerted by the equipment, insufficient energy will be transferred through the full lift thickness, resulting in a lens of loose, settlement -prone soil at the bottom of the lift. For example, if track -mounted equipment such as a "dozer" is used for compaction, the thickness of lift will vary with the track contact pressure. For a Caterpillar D-6, with a contact pressure of approximately 1,000 psf, a maximum loose lift thickness of 6 inches (compacted lift of 4 inches) is needed to achieve compaction. For a Caterpillar D-10, with a contact pressure of approximately 3,000 psf, a maximum loose lift thickness of 8 inches (compacted lift of 6 inches) is needed to achieve compaction. If the upper five to six inches of an excessively thick lift is well compacted, it can meet density, and therefore the loose, relatively thin lens at the bottom of the lift will not be detected by density testing resulting in the potential for settlement of under -compacted lenses. Accurately determining lift thickness is virtually impossible after the fact in large-scale mass earthwork Project No. 25425 - 24 - June 28, 2024 E E FR 1 1-1 G G Fi FD U F3 operations, and can only be controlled by the earthwork contractor by "experience". Alternatively, if the earthwork contractor's field personnel do not have sufficient experience, a surveyor would need to be hired to accurately survey each lift to evaluate if excessive lifts are being placed. For equipment with a relatively light contact pressure (any type of equipment with a contact pressure of less than approximately 2,000 psf), there is virtually no "factor of safety" relative to the lift thickness. It is therefore recommended that, if track -mounted equipment is used for compaction, equipment with a minimum contact pressure of 2,500 psf be specified for mass earthwork operations. Earthwork All vegetation and topsoil containing organic material should be cleared and grubbed at the beginning of earthwork construction. Areas of the site that will underlie fill or within the building should be scarified to a depth of 6 inches and recompacted to a minimum of 95 percent and a maximum of 100 percent of the maximum density, as determined by ASTM D698, "Standard Proctor". The moisture content should range from +1 to -5 percentage points above optimum. Considering the wide variation in the quality and preparation techniques in developing the Moisture -Density relationship (ASTM D698), if testing of the fill is not performed by Reed Engineering Group. Ltd., it is recommended that the testing agency perform one -point swell tests at a pressure of 450 psf on laboratory samples compacted to the above recommended density and moisture. If test results indicate that the swell will exceed one percent, the field moisture should be adjusted to limit the potential for swell to less than one percent. Project No. 25425 - 25 - June 28, 2024 R E E L7 E I-1 t-a I I -I E E FER 1 1-1 G G Fi FD U F3 Site -excavated soils should be placed in maximum eight -inch loose lifts (note, loose lift thickness must be compatible with the compaction equipment) and compacted to the moisture and density requirements outlined above. The soils should be uniformly blended with water to achieve the required moisture content. The final 6 inches of subgrade below pavement should be compacted to a minimum of 95 percent of Standard Proctor, at or above optimum moisture. Areas where compaction utilizing hand-held equipment will be required, such as for site utilities, should be compacted to a density of between 95 and 100 percent of Standard Proctor, at a moisture content of between +1 to +5 percentage points above optimum. Proper backfilling around the building perimeter will reduce the potential for water seepage beneath the structure. Fill against the perimeter of the foundation should consist of site -excavated clays, or equal, placed and compacted in accordance with the recommendations outlined above. "Select" fill is defined as uniformly blended clayey sand with a Plasticity Index (PI) of between 4 and 15. "Select" fill should be placed in maximum 8-inch loose lifts and compacted to at least 95 percent of the Standard Proctor density, at a moisture content between -2 to +3 percentage points of optimum moisture. Flexible base for use below the building slab is defined as crushed stone or crushed concrete meeting the requirements of the 2014 Edition of TxDOT, "Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges", Item 247 Grade 2, Type A Project No. 25425 - 26 - June 28, 2024 E E FR 1 I-1 G G Fi FD U F3 (crushed limestone), or Type D (crushed concrete) or better. Flexible base should be compacted to a minimum of 95 percent of Standard Proctor density, at a moisture content between -2 to +3 percentage points of optimum moisture. The moisture cap should be placed within seven days over the reworked or injected subgrade to limit moisture loss within the underlying soils. Crushed stone utilized for the drainage system behind retaining walls should consist of durable gravel meeting ASTM C33 Size 67 or coarser. Gravel should be placed in maximum 8-inch loose lifts and compacted to a minimum of 60 percent of the relative density as determined by ASTM D4254. Pavement As discussed in the Potential Vertical Movements section, the potential vertical rise (PVR) is on the order of two to four inches, depending on location. If this magnitude of potential movement of the pavement is acceptable, no remedial earthwork will be necessary. If it is not acceptable, it is recommended that subgrade modification be performed. This office can assist with different depths of subgrade modification versus PVR, if desired. If subgrade modification is limited to the building envelope, site grading should account for the potential movements beyond the treated area of the building. Concrete pavement is anticipated for both car and light truck parking and for drives and service areas. Project No. 25425 - 27 - June 28, 2024 R E E L7 E 1-1 (-a 1 I-1 E E FOR 11-1 G G Fi FD U F3 In general, stabilization of the subgrade is not cost-effective when using rigid pavement and does not significantly increase the load -carrying capacity of the pavement. However, stabilization does provide a construction or working pad and may be advantageous from this perspective, especially if construction occurs during the wetter portions of the year. Stabilization is recommended if traffic speeds will exceed 30 miles per hour (mph). The specific pavement sections will be dependent upon the type and frequency of traffic. For drives and parking subject to cars and light trucks, a 5-inch thick, 3,000 pounds per square inch (psi) compressive strength pavement section constructed over a subgrade which has been scarified and recompacted as outlined in the Earthwork section, should provide for unlimited repetitions over a 20-year life. For drives and service areas subject to the equivalent of four or less loaded semi -trucks per day and within fire lanes, a minimum 6-inch thick, 3,000-psi compressive strength pavement section is recommended. The pavement should be constructed over a subgrade that has been scarified and recompacted as outlined in the Earthwork section. Pavements should be lightly reinforced to control shrinkage cracks. Reinforcing should consist of the approximate equivalent of #3 bars (metric #10) at 24 inches on -center. The specific amount of steel should be determined based on spacing of expansion, construction and contraction (saw) joints. Pavement sections should be saw cut at an approximate spacing in feet of 2.5 to 3 times the pavement thickness expressed in inches, not to exceed a maximum spacing of 20 feet. (For example, a 5-inch pavement should be saw cut in approximate 12.5- to 15-foot squares.) The Project No. 25425 - 28 - June 28, 2024 R EEa E✓1(-a 1I-1 E E FER11-1G G Fi FD U F3 actual joint pattern should be carefully designed to avoid irregular shapes. Recommended jointing techniques are discussed in detail in "Guide for Design and Construction of Concrete Parking Lots," published by the American Concrete Institute4. The above sections are based on the stated analysis and traffic conditions. The pavement designer, typically the civil engineer, should review the anticipated traffic with the building owner or end user. If the anticipated traffic will vary from the stated values above, this office can provide alternative sections upon request. Additional thickness or subgrade stabilization may be required to meet the City of Fort Worth development code. Construction Observation and Testing Frequency It is recommended the following items (as a minimum) be observed and tested by a representative of this office during construction. Observation: • Fill placement and compaction. • Pressure -injection operations. • Pier construction and concrete placement. a "Guide for Design and Construction of Concrete Parking Lots" (1987). American Concrete Institute, Publication MSP 34, Silver Spring, MD. Project No. 25425 - 29 - June 28, 2024 FR E >-� L7 E 1-1 (-a 1 I -I E E R 1 I-1 G G Fi FD U F3 Testing: • Earthwork • One test per 5,000 square feet per lift within fills below the building. • One test per 10,000 square feet per lift within fills in the paving area. • One test per 150 linear feet per lift in utility and grade beam backfill. • One test per 100 linear feet per lift in retaining wall backfill. • Post -injection borings, one boring per 10,000 square feet of injected area. The purpose of the recommended observation and testing is to confirm the proper foundation bearing stratum and the earthwork and building pad construction procedures. Project No. 25425 - 30 - June 28, 2024 ILLUSTRATIONS ® B-1 V Lo[ 2R1, Block 1 I I [ Z MiII -Nixon Md,fo r I I I Q a 1.421 ACRES (61,89V) ::. Bull Bll V9, 53 SF [ T 589°ll'33"W 174.02' I B C � J IAwA —: �Ms!-::.� •-n �/////✓/ •� I �IW S89°i1'33"W— i01.10' ', I • B-5' I e 1 II I 1 II I I I I I I I I r1 11 I I it -I I I I I I I I I I I ----------------- I � � e Bs I . B-a 1 9 _ � I Bryson Lane~�—�� /\ 7.. 0 25' 50, 100' REEGENIBONENNGINEERING l G R O U P PLAN OF BORINGS Retail Building 8652 Bryson Lane Fort Worth, Texas Project No. 25425 PLATE 1 REED ENGINEERING GROUP Retail Building Project Number : 25425 8652 Bryson Lane Date Completed : 6/14/2024 Fort Worth, Texas Location: See Plate 1 a> c Standard Penetration I ests Blows per Foot - Depth E (ft) v Q 60 J DESCRIPTION OF STRATA 10 20 30 40 50 60 Pocket Penetrometer Readings Elev. (ft) fn (� Tons Per Sq. Ft. - * SILTY CLAY, dark brown & brown, hard, w/trace of calcareous 1 2 .9 4 4 5+ 4.5++ OVID concretions, sand & roots (CH) _r SILTY CLAY, pale brown & brownish -yellow, hard, w/calcareous 801.5 5— / seams (CL) — — SILTY CLAY, brownish -yellow & reddish -yellow &gray, hard, 798 seams, calcareous /w/limestone / (severely weathered shale) (CL) 10 — — ZLIMESTONE, tan, hard to very hard, w/calcareous clay seams, 791.5 15� weathered — — • r 100 Blows = 1 inch • LIMESTONE, tan, hard to very hard, weathered 788 r \/ 100 Blows = 112 inch 20 - Total Depth = 20 feet Dry after 5 minutes. Dry & blocked @ 18-1 /2' @ end of day. BORING LOG B-1 PLATE 2 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Retail Building Project Number : 25425 8652 Bryson Lane Date Completed : 6/14/2024 Fort Worth, Texas Location: See Plate 1 a> c Standard Penetration I ests Blows per Foot - Depth E (ft) v Q 60 J DESCRIPTION OF STRATA 10 20 30 40 50 60 Elev. Pocket Penetrometer Readings (ft) fn (� Tons Per Sq. Ft. - * SILTY CLAY, brown, hard to very stiff, w/calcareous concretions, 1 2 .9 4 4 5+ 4.5++ duo trace of sand & roots (CH) jSILTY / CLAY, brownish -yellow & reddish -brown, hard, w/trace of calcareous concretions & deposits, & sand (CL) 801 5— /SILTY / CLAY, brownish -yellow & reddish -yellow &gray, hard, w/limestone seams, calcareous 795 10T (severely weathered shale) (CL) - - / LIMESTONE, tan, hard to very hard, w/calcareous seams, weathered 790 100 Blows = 1 inch 15 - - LIMESTONE, tan, hard to very hard, weathered 786 100 Blows = 1 inch 20 — Total Depth = 20 feet Dry after 5 minutes. Dry & blocked @ 19' @ end of day. BORING LOG B-2 PLATE 3 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Project Number : 25425 Retail Building 8652 Bryson Lane Date Completed : 6/14/2024 Fort Worth, Texas Location: See Plate 1 Standard Penetration I ests N Blows per Fool - Depth E v E o 10 20 30 40 50 60 Elev. (ft) m DESCRIPTION OF STRATA Pocket Penetrometer Readings (ft) U) 0 Tons Per Sq. Ft. - YE 1 2 3 4 4 5+ 4.5++ or,SILTY CLAY, dark brown & brown, hard to very stiff, w/trace of ou5 calcareous concretions, sand & roots (CH) SILTY CLAY, reddish -brown & brownish -yellow, hard, w/trace of 800.5 5— / calcareous concretions & sand (CL) — — SILTY CLAY, brownish -yellow & reddish -yellow & gray, hard, 798 w/limestone seams, calcareous / (severely weathered shale) (CL - CH) 10 i LIMESTONE, tan, hard to very hard, weathered 791.5 \/ 100 Blows = 1-1/2 inches V, it - Total Depth = 15 feet Dry after 5 minutes. Dry & blocked @ 15' @ end of day. 20 — BORING LOG B-3 PLATE 4 GEOTECHNICAL CONSULTANTS — REED ENGINEERING GROUP Project Number : 25425 Retail Building 8652 Bryson Lane Date Completed : 6/14/2024 Fort Worth, Texas Depth a z3 (ft) E DESCRIPTION OF STRATA or,SILTY CLAY, dark brown & brown, hard to very stiff, w/trace of calcareous concretions, sand & roots (CH) 5 SILTY CLAY, pale brown & brownish -yellow, hard, w/calcareous -- seams (CL) jSILTY CLAY, brownish -yellow & reddish -yellow & gray, hard, /w/limestone seams, calcareous / (severely weathered shale) (CL - CH) 10 i LIMESTONE, tan, hard to very hard, weathered r V,\/ Total Depth = 15 feet Dry after 5 minutes. Dry & blocked @ 14-1 /2' @ end of day. 20 — BORING LOG B-4 Location: See Plate 1 Standard Penetration I ests Blows per Fool - 10 20 30 40 50 60 Elev. Pocket Penetrometer Readings (ft) Tons Per Sq. Ft. - YE 1 2 3 4 4 5+ 4.5++ OU4 799 796 791 100 Blows = 1 inch — PLATE 5 GEOTECHNICAL CONSULTANTS — REED ENGINEERING GROUP Project Number : 25425 Retail Building 8652 Bryson Lane Date Completed : 6/14/2024 Fort Worth, Texas Location: See Plate 1 Standard Penetration I ests N Blows per Fool - Depth E v E o 10 20 30 40 50 60 Elev. (ft) m DESCRIPTION OF STRATA Pocket Penetrometer Readings (ft) U) 0 Tons Per Sq. Ft. - YE 1 2 3 4 4 5+ 4.5++ or, SILTY CLAY, dark brown & brown, hard, w/trace of calcareous ou5 concretions, sand & roots (CH) 5 SILTY CLAY, pale brown & brownish -yellow, hard, w/calcareous 800 / seams (CL) Total Depth = 6 feet Dry after 5 minutes. Dry & blocked @ 6' @ end of day. 10- 15- 20 — BORING LOG B-5 PLATE 6 GEOTECHNICAL CONSULTANTS — REED ENGINEERING GROUP Project Number : 25425 Retail Building 8652 Bryson Lane Date Completed : 6/14/2024 Fort Worth, Texas Location: See Plate 1 Standard Penetration I ests N Blows per Fool - Depth E v E o 10 20 30 40 50 60 Elev. (ft) m DESCRIPTION OF STRATA Pocket Penetrometer Readings (ft) U) 0 Tons Per Sq. Ft. - YE 1 2 3 4 4 5+ 4.5++ or,SILTY CLAY, dark brown & brown, hard, w/some calcareous 0104 concretions, sand & trace of roots (CH) 5 SILTY CLAY, pale brown & brownish -yellow, hard, w/calcareous 799 seams (CL) Total Depth = 6 feet Dry after 5 minutes. Dry & blocked @ 6' @ end of day. 10- 15- 20 — BORING LOG B-6 PLATE 7 GEOTECHNICAL CONSULTANTS — Project Number: 25425 Retail Building 6652 Bryson Lane Date Completed: 6/14/2024 Fort Worth, Texas U )eptt E c 7fpa o DESCRIPTION OF STRATA SILTY CLAY, dark brown & brown, hard, w/trace of calcareous concretions, sand & roots (CH) 7 SILTY CLAY, pale brown & brownish -yellow, hard, w/calcareous seams 5- (CL) - SILTY CLAY, brownish -yellow & reddish -yellow & gray, hard, w/limestone seams, calcareous (severely weathered shale) (CL) 0j LIMESTONE, tan, hard to very hard, w/calcareous clay seams, 5-- /weathered - i / LIMESTONE, tan, hard to very hard, weathered 0 Total Depth = 20 It Dry after 5 minutes. Dry & blocked @ 18-1/2' @ end of day. BORING LOG B-1 UNDISTURBED STANDARD (Shelby Tube& PENETRATION NX-Core) TEST THD CONE DISTURBED PENETROMETER TEST KEYS TO SYMBOLS USED ON BORING LOGS REED ENGINEERING REED ENGINEERING GROUP GROUP Location: See Plate 1 Fill SPT N VALUE® Type of Fill 10 20 30 40 50 60 Elev. Pocket Penetrometer Readings Tons Per Sq. R. - 3k (ft) J 2 3 4 45• 4.51. sal Clay (CL) (LL<50) (CH) ®Clay e (LL>50) - - SILT (LL<50)0) —B01.5 - SILT — ® (LL>50)0) CLAYEY SAND 798 (SC) — - SILTY SAND (SM) SAND - - CLAYEY GRAVEL (GRAVELLY CLAY) 791.5 100 Blows = 1 inch o Qo GRAVEL - o N (GP-GW) (weathered) F R SHALE 788 (unweathered) 100 Blows = 1/2 inch (weathered) LIMESTONE (unweathered) ®(weathered) SANDSTONE • (unweathered) PLATE 2 GEOTECHNICAL CONSULTANTS ---- V = Water level at time of drilling- 1 = Subsequent water level and date. PLATE 8 GEOTECHNICAL CONSULTANTS RFFn FNC;INFFRINC; GROUP SOIL PROPERTIES COHESIONLESS SOILS COHESIVE SOILS SPT Pocket N-Values Relative Penetrometer Consistency (blows / foot) Density (T.S.F.) 0 - 4 .....................Very Loose <0.25 .................... Very Soft 4 - 10.....................Loose 0.25-0.50 ............... Loose 10 - 30 .....................Medium Dense 0.50-1.00 ............... Medium Stiff 30 - 50 .....................Dense 1.00-2.00 ............... Stiff 50 + .....................Very Dense 2.00-4.00 ............... Very Stiff 4.00 + .................... Hard ROCK PROPERTIES HARDNESS DIAGNOSTIC FEATURES Very Soft ............... Can be dented with moderate finger pressure. Soft ....................... Can be scratched easily with fingernail. Moderately Hard ... Can be scratched easily with knife but not with fingernail. Hard ...................... Can be scratched with knife with some difficulty; can be broken by light to moderate hammer blow. Very Hard .............. Cannot be scratched with knife; can be broken by repeated heavy hammer blows. DEGREE OF WEATHERING DIAGNOSTIC FEATURES Slightly Weathered ......... Slight discoloration inwards from open fractures. Weathered ...................... Discoloration throughout; weaker minerals decomposed; strength somewhat less than fresh rock; structure preserved. Severely Weathered ....... Most minerals somewhat decomposes; much softer than fresh rock; texture becoming indistict but fabric and structure preserved. Completely Weathered ... Minerals decomposes to soil; rock fabric and structure destroyed (residual soil). KEYS TO DESCRIPTIVE TERMS ON BORING LOGS PLATE 9 GEOTECHNICAL CONSULTANTS — FtEE17 Er1=1 rlMaFRII- M rRouP GEOTECHNICAL INVESTIGATION RETAIL BUILDING 8652 BRYSON LANE FORT WORTH, TEXAS Summary of Classification and Index Property Tests Total Percent Moisture Liquid Plastic Plasticity Soil Passing Boring depth Content Limit Limit Index Suction No.200 No. feet (%) (%) _ (PI) (psn Sieve B-1 1.5 - 3.0 18.5 63 21 42 38,310 85 3.0 - 4.5 16.3 -- --- -- 17,410 -- 4.5 - 6.0 9.9 33 15 18 17,270 -- 9.0 - 10.0 12.3 35 16 19 12,150 -- 14.0 - 14.5 21.6 -- -- -- 15,580 -- B-2 1.5 - 3.0 22.2 -- -- -- 9,600 -- 3.0 - 4.5 16.5 -- -- -- 8,490 -- 4.5 - 6.0 15.6 34 17 17 11,580 92 9.0 - 10.0 13.3 -- -- -- 14,270 -- B-3 1.5 - 3.0 28.6 -- -- -- -- 3.0 - 4.5 21.7 -- -- -- -- -- 4.5 - 6.0 21.2 43 16 27 -- 96 9.0 - 10.0 14.8 44 16 28 -- -- B-4 1.5 - 3.0 25.0 -- -- -- 3.0 - 4.5 23.8 - -- -- -- -- 4.5 - & 0 13.3 -- -- -- -- -- 9.0 - 10.0 10.8 -- -- _- -- -- B-5 1.5 3.0 23.7-- 3.0 - 4.5 20.3 -- -- -- - -- 4.5 - 6.0 10.7 -- -- -- - -- B-6 1.5 - 3.0 18.8 66 19 47 -- _- 3.0 - 4.5 18.4 -- -- -- -- -- 4.5 - 6.0 13.2 -- -- -- -- -- i SUMMARY OF LABORATORY TEST RESULTS PLATE 10 (-- C-- F=:1 C= L-1 F= Project No. Boring No. Depth (ft) Liquid Limit Plasticity Index Cs alpha Percent Swell 3 2 M .2 > Absorption Pressure Swell Test 25425 Moisture Content (%) B-1 Penetrometer (tsf) 9-10 Dry Unit Weight (pcf) 35 Specific Gravity 19 Void Ratio 0.039 Saturation (1/o) 0,33 Spec, Volume 24 Swell Pressure (psf) 1000 Restraining Swell Pressure (psf) I nitial 14.0 4.5+ 114.9 2.71 0,472 80 0.54 1;940 Final 17.8 2 112.2 2.71 0,507 95 0,56 250 10000 0.558 0.556 oE 0.554 O.552 --------- > 0-550 0548 UcL 0.546 0544 0542 13.0 14A 15.0 16.0 ITT 18.0 19.0 — - - ----- Moisture Content (%) ABSORPTION PRESSURE SWELL TEST PLATE 91 I I. Approximate Building Location I � I I I I I I I I I I SPECIFICATIONS GUIDELINE SPECIFICATIONS SOIL MODIFICATION WATER INJECTION W/"SELECT" FILL CAP FOR RETAIL BUILDING 8652 BRYSON LANE FORT WORTH, TEXAS Site Preparation Prior to the start of injection operations, the building pad should be brought to finished subgrade, minus select fill, and staked out to accurately mark the areas to be injected. Allowance should be made for two to four inches of swelling that may occur as a result of the injection process. Materials 1. The water shall be potable, with added surfactant, agitated as necessary to ensure uniformity of mixture. 2. A nonionic surfactant (wetting agent) shall be used according to manufacturer's recommendations; but in no case shall proportions be less than one part (undiluted) per 3,500 gallons of water. Equipment 1. The injection vehicle shall be capable of forcing injection pipes into soil with minimum lateral movement to prevent excessive blowback and loss of slurry around the injection pipes. The vehicle may be a rubber tire or trac machine suitable for the purpose intended. 2. Slurry pumps shall be capable of pumping at least 3,000 GPH at 100 - 200 pounds per square inch (psi). Application 1. The injection work shall be accomplished after the building pad has been brought to finished subgrade, minus select fill, and prior to installation of any plumbing, utilities, ditches or foundations. 2. Adjust injection pressures within the range of 100 - 200 psi at the pump. Project No. 25425 - 1 - Water Injection Specifications June 30, 2024 w/"Select" Fill Cap 3. Space injections not to exceed five feet on -center each way and inject a minimum of five feet outside building area. Inject 10 feet beyond building at entrances. 4. Inject to a depth of five feet or impenetrable material, whichever occurs first. Impenetrable material is the maximum depth to which two injection rods can be mechanically pushed into the soil using an injection machine having a minimum gross weight of 5 tons. Injections to be made in 12-inch to 18-inch intervals down to the total depth with a minimum of 3 stops or intervals. The lower portion of the injection pipes shall contain a hole pattern that will uniformly disperse the slurry in a 360, radial pattern. Inject at each interval to "refusal." Refusal is reached when water is flowing freely at the surface, either out of previous injection holes or from areas where the surface soils have fractured. Fluid coming up around, or in the vicinity, of one or more of the injection probes shall not be considered as soil refusal. If this occurs around any probe, this probe shall be cut off so that water can be properly injected through the remaining probes until refusal occurs for all probes. In any event, no probe shall be cut off within the first 30 seconds of injection at each depth interval. 5. Multiple injections with water and surfactant will be required. The second injection shall be orthogonally offset from the initial injection by 2-1/2 feet in each direction. Subsequent injections shall be offset such that existing probe holes are not utilized. 6. A minimum of 48 hours shall be allowed between each injection pass. 7. Injections will be continued until a pocket penetrometer reading of 3.0 tsf or less is obtained on undisturbed soil samples throughout the injected depth. The engineer of record can waive this requirement if, in his opinion, additional injections will not result in additional swelling. 8. At the completion of injection operations, the exposed surface shall be scarified and recompacted to at least 95 percent of maximum density, ASTM D698, at or above optimum moisture. A minimum of 12 inches of select fill shall be placed over the injected subgrade as soon as is practical after completion of injection operations. Select fill should be placed in maximum loose lifts of 8 inches and compacted to at least 95 percent of maximum density, ASTM D698, at a moisture content between - 2 to +3 percentage points of optimum. Project No. 25425 - 2 - Water Injection Specifications June 30, 2024 w/"Select" Fill Cap Observation and Testing 1. A full-time representative of Reed Engineering Group, Ltd. will observe injection operations. 2. Undisturbed soil samples will be obtained continuously throughout the injected depth, at a rate of one test hole per 10,000 square feet of injected area for confirmation. Sampling will be performed a minimum of 48 hours after the completion of the final injection pass. Project No. 25425 - 3 - Water Injection Specifications June 30, 2024 w/"Select" Fill Cap GUIDELINE SPECIFICATIONS SOIL MODIFICATION WATER INJECTION W/"FLEXIBLE BASE" CAP FOR RETAIL BUILDING 8652 BRYSON LANE FORT WORTH, TEXAS Site Preparation Prior to the start of injection operations, the building pad should be brought to finished subgrade, minus flexible base, and staked out to accurately mark the areas to be injected. Allowance should be made for two to four inches of swelling that may occur as a result of the injection process. Materials 1. The water shall be potable, with added surfactant, agitated as necessary to ensure uniformity of mixture. 2. A nonionic surfactant (wetting agent) shall be used according to manufacturer's recommendations; but in no case shall proportions be less than one part (undiluted) per 3,500 gallons of water. Equipment 1. The injection vehicle shall be capable of forcing injection pipes into soil with minimum lateral movement to prevent excessive blowback and loss of slurry around the injection pipes. The vehicle may be a rubber tire or trac machine suitable for the purpose intended. 2. Slurry pumps shall be capable of pumping at least 3,000 GPH at 100 - 200 pounds per square inch (psi). Application 1. The injection work shall be accomplished after the building pad has been brought to finished subgrade, minus flexible base, and prior to installation of any plumbing, utilities, ditches or foundations. 2. Adjust injection pressures within the range of 100 - 200 psi at the pump. Project No. 25425 - 1 - Water Injection Specifications June 30, 2024 w/"Flexible Base" Cap 3. Space injections not to exceed five feet on -center each way and inject a minimum of five feet outside building area. Inject 10 feet beyond building at entrances. 4. Inject to a depth of five feet or impenetrable material, whichever occurs first. Impenetrable material is the maximum depth to which two injection rods can be mechanically pushed into the soil using an injection machine having a minimum gross weight of 5 tons. Injections to be made in 12-inch to 18-inch intervals down to the total depth with a minimum of 3 stops or intervals. The lower portion of the injection pipes shall contain a hole pattern that will uniformly disperse the slurry in a 360, radial pattern. Inject at each interval to "refusal". Refusal is reached when water is flowing freely at the surface, either out of previous injection holes or from areas where the surface soils have fractured. Fluid coming up around, or in the vicinity, of one or more of the injection probes shall not be considered as soil refusal. If this occurs around any probe, this probe shall be cut off so that water can be properly injected through the remaining probes until refusal occurs for all probes. In any event, no probe shall be cut off within the first 30 seconds of injection at each depth interval. 5. Multiple injections with water and surfactant will be required. The second injection shall be orthogonally offset from the initial injection by 2-1/2 feet in each direction. Subsequent injections shall be offset such that existing probe holes are not utilized. 6. A minimum of 48 hours shall be allowed between each injection pass. 7. Injections will be continued until a pocket penetrometer reading of 3.0 tsf or less is obtained on undisturbed soil samples throughout the injected depth. The engineer of record can waive this requirement if, in his opinion, additional injections will not result in additional swelling. 8. At the completion of injection operations, the exposed surface shall be scarified and recompacted to at least 95 percent of maximum density, ASTM D698, at or above optimum moisture. A minimum of six inches of flexible base shall be placed over the injected subgrade as soon as is practical after completion of injection operations. Flexible base is defined as material meeting TxDOT Specifications, Item 247, Type A, Grade 2 or better. This may include crushed concrete. Flexible base should be compacted to at least 95 percent of the Standard Proctor density, at a moisture content between -2 to +3 percentage points of optimum moisture. Project No. 25425 -2- Water Injection Specifications June 30, 2024 w/"Flexible Base" Cap Observation and Testing 1. A full-time representative of Reed Engineering Group, Ltd. will observe injection operations. 2. Undisturbed soil samples will be obtained continuously throughout the injected depth, at a rate of one test hole per 10,000 square feet of injected area for confirmation. Sampling will be performed a minimum of 48 hours after the completion of the final injection pass. Project No. 25425 - 3 - Water Injection Specifications June 30, 2024 w/"Flexible Base" Cap GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Retail Corners Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105041 Revised July 1, 2011 FORT WORTH. Approval Spec No. Classsification CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Manufacturer Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) Model No. National Spec Updated: 11-6-24 Size 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM D2240/D412/D792 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. 2504G Gasket ASTM C-443/C-361 SS MH 1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/FiberLlass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. I Flowtite 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 (Manhole Frames and Covers I Western Iron Works, Bass & Hays Foundry f 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron 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 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R817S 30" Dia. 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia. 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 30" ERGO XL Assembly 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia 06/01/17 3405 13 30" Dia. MH Ring and Cover (Lockable) Cl SIP Industries 2280 (32") ASTM A 48 30" Dia. 12/05/23 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable) Cl SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia. CAP-ONE-30-FTW, Composite, w/ Lock 09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hing 30" Dia. 10/07/21 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) * 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. * 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 33 05 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 (Rev 1/8/13) * 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48" * 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 4811,6011 Manhole, 32" Opening and Flat top, (No 09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Transition Cones) ASTM C 478 48" to 84" I.D. 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 09/06/19 33 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pipe 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" & 60" I.D. Manhole w/32" Cone ASTM C-443 03/07/23 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardscp 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 For use when Std. MH cannot be 12/29/23 33 39 20 Wastewater Access Chamber Quickstream Solutions, Inc. Type 8 Maintenace Shaft (Poopit) installed due to depth Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious * E1-14 Manhole Rehab Systems Quadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP E1-14 Manhole Rehab Systems AP/M Permaform 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair F1exKrete Technologies Vinyl Polyester Repair Product Misc. Use * From Original Standard Products List 1 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. I Classsification I Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Sprayroq, 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, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 33 05 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 Operations Use Onlv (Rev 2/3/16) * 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. Lifesaver - Stainless Steel For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Water & Sewer - Pipe Casino 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) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Non pressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 09/03/24 33 05 13 Casing Spacers Raci (Completely HDPE) Per Manufacturers Requirements (Sewer 8" - 12" (Sewer Only) Applications Only) Water & Sewer - Pipes/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, AWWA C150, C151 3" thru 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AWWA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AWWA C150, C151 4" thru 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AWWA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatings/Evoxv 33-39-60 (01/08/13) 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 210RS LA County #210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer - Coatings/Polyurethane Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - Pipes/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 SPL i«o. #95 ra,...hol #99 Pip ASTM C 76 * E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlarcment Svstem (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously Sewer - Pipe/Fiberclass Reinforced/ 33-31-13(1/8/13) 7/21/97 33 31 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe (Non -Pressure) ASTM D3262/D3754 03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 33 31 13 Glass -Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 ASTM D3262, ASTM D3681, 03/07/23 33 31 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D4161, AWWA M45 ASTM D3262, ASTM D3517, 09/03/24 33 31 13 Fiberglass Pipe (FRP) Superlit Boru Sanayi A.S. Superlit FRP ASTM 3754, AWWA C950 * From Original Standard Products List 2 FORT WORTH. Approval Spec No. I Classsification Sewer - Pipe/Polymer Pipe 4/14/05 Polymer Modified Concrete Pipe 06/09/10 E1-9 Reinforced Polymer Concrete Pipe Sewer - Pipes/HDPE 33-31-23(1/8/13) * High -density polyethylene pipe * High -density polyethylene pipe * High -density polyethylene pipe High -density polyethylene pipe Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-12 DR-14 PVC Pressure Pipe 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Sewer - Pipes/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pipe 12/23/97* 33-31-20 PVC Sewer Pipe * 33-31-20 PVC Sewer Pipe 12/05/23 33-31-20 PVC Sewer Pipe 12/05/23 33-31-20 PVC Sewer Pipe * 33-31-20 PVC Sewer Pipe 05/06/05 33-31-20 PVC Solid Wall Pipe 04/27/06 33-31-20 PVC Sewer Fittings * 33-31-20 PVC Sewer Fittings 3/19/2018 33 31 20 PVC Sewer Pipe 3/19/2018 33 31 20 PVC Sewer Pipe 3/29/2019 33 31 20 Gasketed Fittings (PVC) 10/21/2020 33 31 20 PVC Sewer Pipe 10/22/2020 33 31 20 PVC Sewer Pipe 10/21/2020 33 3120 PVC Sewer Pipe CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Manufacturer Model No. National Spec Size Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Phillips Driscopipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" Plexco Inc. ASTM D 1248 8" Polly Pipe, Inc. ASTM D 1248 8" CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12" Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12" J-M Manufacturing Co., Inc. QM Eagle) SDR-26 (PSI 15) ASTM D 3034 4" - 15" Diamond Plastics Corporation SDR-26 (PSI 15) ASTM D 3034 4" thru 15" Lamson Vylon Pipe SDR-26 (PSI 15) ASTM D 3034 4" thru 15" Vinyltech PVC Pipe SDR-26 (PSI 15) ASTM D3034 4" thru 15" Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18" J-M Manufacturing Co, Inc. (JM Eagle) PS 115 ASTM F 679 18" - 28" Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" Harco SDR-26 (PS 115) Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15" Plastic Trends, Inc.(Westlake) Gasketed PVC Sewer Main Fittings ASTM D 3034 Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 1811- 24" Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15" GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 1811- 36" * From Original Standard Products List 3 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. I Classsification Manufacturer Model No. National Spec Size Water - Appurtenances 33-12-10 (07/01/13) 09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co., Inc. 202B V-2" SVC, up to 16" Pipe 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 V-2" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair #317 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, Inc]. 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 & 61OMT 3/4" and 1" 10/27/87 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 610OTM and 6101M 1'/2" and 2" FB600-7NL, FB1600-7-NL, FV23-777-W-NL, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. L22-77NL AWWA C800 2" FB600-6-NL, FB1600-6-NL, FV23-666-W- 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, FBI600-4-NL, B I 1-444-WR- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, B22444-WR-NL, L28-44NL AWWA C800 I" B-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 2" B-25000N, B-20200N-3, B-24277N-3,H- AWWA C800, ANSF 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" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) 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 Steel) JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-IEPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-IEPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-IEPAF FTW Class "A" Concrete Meter Box Bass & Hays CM1337-1312 1118 LID-9 Concrete Meter Box Bass & Hays CMB-I8-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CM1365-1365 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) * EI-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. 1/211, 1" & 2" * E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 111, 2" & 3" Water - Dry Barrel Fire Hvdrants 33-12-40 (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 09/24/87 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 A-423 Centurion AWWA C-502 Shop Drawing FH-12 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer W1367 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 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Approval Spec No. �Classsification I Manufacturer I Model No. Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13) 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR18 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 Water - Pives/Valves & Fittines/Ductile Iron Fittincs 33-11-11 (01/08/13) 07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. 02/26/14 E1-07 MJ Fittings Accucast 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) Mechanical Joint Fittings Mechanical Joint Fittings Mechanical Joint Fittings, SSB Class 350 Mechanical Joint Fittings, SSB Class 351 Class 350 C-153 MJ Fittings Uni-Flange Series 1400 Uni-Flange Series 1500 Circle -Lock One Bolt Restrained Joint Fitting Megalug Series 1100 (for DI Pipe) Megalug Series 2000 (for PVC Pipe) Sigma One-Lok SLC4 - SLC10 Sigma One-Lok SLCS4 - SLCS12 Sigma One-Lok SLCE Sigma One-Lok SLDE Bulldog System ( Diamond Lok 21 & JM Mechanical Joint Fittings PVC Stargrip Series 4000 DIP Stargrip Series 3000 EZ Grip Joint Restraint (EZD) Black For DIP EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC Pipe EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC Pipe National Spec AWWA C900, AWWA C605, ASTM D1784 AWWA C900, AWWA C605, ASTM D1784 AWWA C900, AWWA C605, ASTM D1784 AWWA C900, AWWA C605, ASTM D1784 AWWA C900 AWWA C900 AWWA C900 AWWA C900 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 AWWA C900 AWWA C900 AWWA C900 AWWA C900 AWWA C153 & C110 AWWA C 110 AWWA C 153, C 110, C III AWWA C 153, C 110, C 112 AWWA C153 AWWA Clll/C153 AWWA C111/C153 AWWA C111/Cll6/C153 AWWA C111/Cll6/C153 AWWA C111/C116/C153 AWWA C111/C153 AWWA C111/C153 AWWA Clll/C153 AWWA C153 ASTM F-1624 AWWA C153 ASTM A536 AWWA C111 ASTM A536 AWWA C111 ASTM A536 AWWA C111 ASTM A536 AWWA CI I I ASTM A536 AWWA CI I I Updated: 11-6-24 Size 4"-1 6" 16"-18" 4"-1 6" 16"-18" 4"-12" 16"-24" 4"-12" 1 6"-24" 4"-28" 16"-24" 4" - 8" 16" - 24" 4"- 12" 4'1- 12'1 4"-12" 4" to 36" 4" to 24" 4" to 12" 4" to 42" 4" to 24" 4" to 10" 4" to 12" 12" to 24" 4" - 24" 4" to 12" 4" to 24" 3"-48" 4"-12" 16"-24" * From Original Standard Products List 5 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Approval Spec No. I Classsification I Manufacturer Water - Pives/Valves & Fittincs/Resilient Seated Gate Valve* 33-12-20 (05/13/15) Resilient Wedged Gate Valve w/no Gears American Flow Control 12/13/02 Resilient Wedge Gate Valve American Flow Control 08/31/99 Resilient Wedge Gate Valve American Flow Control 05/18/99 Resilient Wedge Gate Valve American Flow Control 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control 08/05/04 Resilient Wedge Gate Valve American Flow Control 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company * E1-26 Resilient Seated Gate Valve Kennedy * E1-26 Resilient Seated Gate Valve M&H * E1-26 Resilient Seated Gate Valve Mueller Co. 11/08/99 Resilient Wedge Gate Valve Mueller Co. 01/23/03 Resilient Wedge Gate Valve Mueller Co. 05/13/05 Resilient Wedge Gate Valve Mueller Co. 01/31/06 Resilient Wedge Gate Valve Mueller Co. 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. 11/30/12 Resilient Wedge Gate Valve Clow Valve Co. 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) 08/24/18 Matco Gate Valve Matco-Norca Water - Pives/Valves & Fittincs/Rubber Seated Butterflv Valve 33-12-21 (07/10/14) * E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. * E1-30 Rubber Seated Butterfly Valve Mueller Co. 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve 03/19/18 33 1221 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) 09/03/24 33 1221 Rubber Seated Butterfly Valve American AVK Company Water - Polvethvlene Encasement 33-11-10 (01/08/13) 05/12/05 E1-13 Polyethylene Encasment 05/12/05 E1-13 Polyethylene Encasment 05/12/05 E1-13 Polyethylene Encasment 09/06/19 33-11-11 Polyethylene Encasment Model No. Series 2500 Drawing # 94-20247 Series 2530 and Series 2536 Series 2520 & 2524 (SD 94-20255) Series 2516 (SD 94-20247) Series 2500 (Ductile Iron) 42" and 48" AFC 2500 American AVK Resilient Seaded GV Series A2361 (SD 6647) Series A2360 for 18"-24" (SD 6709) Mueller 30" & 36", C-515 Mueller 42" & 48", C-515 16" RS GV (SD D-20995) Clow RW Valve (SD D-21652) Clow 30" & 36" C-515 Clow Valve Model 2638 Metroseal 250, requirements SPL #74 EJ F1owMaster Gate Valve & Boxes 225 MR Valmatic American Butterfly Valve. M&H Style 4500 & 1450 AWWA C504 Butterfly Valve AWWA C504 Butterfly Valve Class 250B Flexsol Packaging Fulton Enterprises Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AEP Industries Bullstrong by Cowtown Bolt & Gasket Northtown Products Inc. PE Encasement for DIP National Spec AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C509 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C509 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C 509, ANSI 420 - stem, AWWA/ANSI C115/An21.15 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C105 AWWA C105 AWWA C105 AWWA C105 Updated: 11-6-24 Size 16" 30" and 36" 20" and 24" 16" 4" to 12" 42" and 48" 4" to 12" 20" and smaller 4" - 12" 4" - 12" 4" - 12" 16" 24" and smaller 30" and 36" 42" and 48" 4" - 12" 16" 24" and smaller 30" and 36" (Note 3) 24" to 48" (Note 3) 4" - 12" 3" to 16" 4" to 16" 24" 24"and smaller 24" and larger Up to 84" diameter 24" to 48" 30"-54" 24" - 48" 8 mil LLD 8 mil LLD 8 mil LLD 8 mil LLD Water - Samplinc Station 03/07/23 33 12 50 Water Sampling Station Kupferle Foundry Company Eclipse, Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50 09/02/24 33 i2 50 Mueller Water Products, Inc;a BSS0 r, UDG2 D N This product removed �-rcw ,�Oc� vvvvi-36-rvronvz, C�v-rr�€'�oe$� 10/21/20 04/09/21 04/09/21 Water - Automatic Flusher Automated Flushing System Automated Flushing System Automated Flushing System HG6-A-IN-2-BRN-LPRR(Portable) Mueller Hydroguard HG2-A-IN--2-PVC-018-LPLG(Permanent) Kupferle Foundry Company Eclipse #9800wc 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 6 FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I mde I Class AJSidewe�, ADA Ramps. Miveways.Curb/Gutter Median Pavement) 19/92022 03 30 OU Mirz Uea�gv Amencav Concrete Gmpany 30CAF029 3000 psi C-- for SWewalka & ADA Rasps 3-5" Slump; 3-6% Av 19/9/2022 03 30 00 Mu Design Argos D1000001U43S 3000 psi Concrete for Sidewalks, Cmbs 3-5" Slump, 3-6%Ah 19/92022 03 30 00 Mu Design Argoe DIOOO0001055 3000 psi Gvcrete for Inlets, Jimaum Boxes, Manholes, Clumml L.crs, Sidewalks, Driveways, Curb & Gtter 3-5" Slump; 3-6%Av 16/24/2024 03 30 00 Mu Dlim Big Town Concrete 302050-1 3000 psi Concrete for Cmbs and Sidewalks 3-5" Slump, 3-6%Ah 19/92022 03 30 00 Ma Desup Bumco Texas 30U1O1AG 3000 psi Concrete Mix for Flatwork 3-5" Slump; 3-6 Ai, 14/1202/ 03 30 00 Mu DIm Bumco Texas 30U500BG 3000gsi Concrete Mu for Sidewalks 3-5" Slump. 3-6%Air 19/92022 03 30 00 Mu Design Carder Concrete FWCC502001 3006 psi for Sidewalks, Driveways, Ramps, Curb &Gutter, Flatwork 3-5" Slump; 3-6% Au 19/92022 033000 00 Mi" Design Carder Concrete FWCC502021 3500 psi cevcrele fr Sidewalks, Driveways, Ramps, Grb &Gner 3-5" Slump. 36%Air 19/92022 03 30 00 Mu Design Charley's Concrete 3759 3000 psi Concrete Mix for Sidewalks 3-5" Slump; 3fi% At, 11/92022 03 30 00 M& Design Char)ey Gncde 4502 30001, Concrete Mix fr Sidewalks 3-5" Slump, 36%Air 19/9/2022 03 30 00 Mu Design Chisholm TraO Redi Mu C13020AE 3000 psi Concrete for Driveways, Curb &Gutter 3-5" Slump; 4.5-7.5%Ai, 19/9/2022 033000 M&Design City Concrete Comppny 30HA20R 3000mi Concreu MLxfr Bloc° Sidewalks, Flml .&, Pads 3-5"Stamp, 36%Ah 19/92022 03 30 00 Mu Design Cow Town Redi Min 253-W 3000 psi Concrete Mix Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Retammg Walls 3-5" Slump; 36%An 19/92022 03 30 00 Mu Desigp Cow Town R.& Mix 250 3000 pal Concrete Mu for Sidewalks, Dfi,,, s, ADA Ramps 3-5" Slump, 36% Air 19/92022 03 30 00 Mu Design Cow Town Redi Mu 350 3000 psYi Concrete Mu for Sidewalks, Driveways, ADA Ramps 3-5" Slump; 36%Air 1129/2-4 03 30 00 Mu Des Estrada Ready\Min R3050AEWR 5.00 Sacks / 3,000 Concrete for Sidewalks, Ramt�@ Inlets, and Manholes 3-5" Slump, 36%Air 19/92022 03 30 00 Mu Design GCH Conaere Jervices GCH4000 4000 psi Concrete f'or3or Sidewalks, Ramps, Headwalls, lvlets, and Storm Dram Structures 3-5" Slump; 3h% Av 19/92022 033000 Mu Des Holcim-SOR, Inc. 1261 3000 pj Concrete Mu for Sidewalks 3-5"SlumpAi, 19/23/2024 03 30 00 Mu Design Holcim - SGR, fc. 5177 3000 ps\i Concrete Ma for Sidewalks, Curbs and Gutters 3-5" Slump; 36%Air 19/92022 03 30 00 Mu Design Holcim - SOR, fc 5409 4000 psi Concrete Mu for Sidewalks, Inlets 3-5" Slump, 3-6%Ah 19/92022 033000 Ma Desum Ingram Gnaae&Aggregates 2MWR-147QW5D5 3000 psi Cmu ee Mu for Sid-11., ADA Rump s 3-5"Slump; 3-6%Au 19/9/2022 03 30 00 Mu Design lil�am Conad, & Aggregates 2MWR-70123504 3000 si Comae for Sidewalks, ADA Ramps 3-5., Slump, 3-6%Ah 14/72023 03 30 00 Ma Design Liquid Smve C301D 3,OOt�psi Concrete for Sidewalks, Approaches, and Driveways. 3-5" Slump; 3fi% Ai, 19/92022 033000 3 30 00 Mu Design Marlin Marietta R2136214 3,000 psi Concrete f Sidewalks & Ramps 3-5" Slump. 3-6 Air 19/92022 03 30 00 Ma Desup Marts M—mi R2136014 3,000 psr Concrete for Sidm, , & Ramps 3-5" Slump; 3fi% Air 14/12023 03 30 00 Mu Design Marlin Marietta R2136N14 5.00 sacks / 3,000 q i cencrele for Sidewalks 3-5" Slump. 36%Air 16/12023 03 30 00 Ma Design Mart. Manatu R2136R20 3,000 psr Gvcrete I r Sidewalks and Ramps 3-5" Slump; 3fi% At, 16/12023 03 30 00 M& Design Marlin Marietta R2136420 3,000 pei Concrete fr Sidewalks and Rum' 3-5" Slump, 3-6 Ah 1112/2022 03 30 00 Ma Design Mart. M— R2141K24 4,000 psr Concrete for Junction Boxes, Sidewakl s and Ramps 3-5" Slump; 36% Ai 14/7/2023 03 30 00 M. Desigp Marlin Marietta R2136K14 3,000 psi concede for sidewalks and ramps 3-5" Slam,, 36%Air 19/9/2022 03 30 00 Ma Destgo Matm Manab R2131314 3,000 psr Gvcrete for Sidewalks & Ramps 3-5" Slump; 3fi% Air 19/92022 03 30 00 Mu D"jim Marlin Marietta R2132214 3,000 psi Concrete for Sidewalks & Ramps 3-5" Slump, 36%Au 19/92022 03 30 00 Mu Design M.Mummy D9490SC 3,000 psr Concrete for Sidewalks & Ramps 3-5" Slump; 4.5-7.5%Air 110/42023 03 30 00 Mu Des NB R Ready M, CC S A-YY 5.00 Sacks / 3,000 4 Concrete for Sidewalks & Ramps, and Cuff & Gtter 3-5" Slump, 36%Air 110/4/2023 03 30 00 Mu Design NBR Ready Mu CLS A -NY 5 00 Sacks / 3,000 N Concrete for Sidewalks & Ramps, and Curb & Gutter 3-5" Slump; 36%Air 17/10/2023 033000 3 30 00 Mu Desgg Oabum 30A50MR 5 SK / 3,000 psi Concrete for Sidewalks 3-5" Slump, 36%Air 11/18/2023 033000 Mu Design Rupjjid Redi Mu RRM5020A 3000 Ni C-- for Curb, Gutter, Driveways, Sidewalk, Ramps 3-5"Sfmp; 36%Aa Mu I�@ 3-6% Au 3 30 00 19/920223 033000 Mu Desi�gi RerL-M ]Oh11504A 6 000Sa ks 14,000 ps Concrete Ma for Sidewallcsurb & Gu�r, Sewerlvlanhole, Inlets, & luncMn Boxes 3-5" Slump; 3 6% Au 19/9/2022 033000 Mu Design Redi-Mis ]0J11524 3000 psi Concrete Mu for Dtiv a Sidewalks, ADA Ramps 3-5"Slump. 3-6%Av 19/92022 03 30 00 Ma Design Redi-Mu VOJI1524 3000 psr CmuaG Mu for Curb & (iu. 3-5" Slump; 3-6%Au 110/24/2024 03300 0 Mu Design SRM Concrete 30150 3000 psi Concrde for Sidewalks & ADA Ramos 3-5" Slump. 36% Av 110242024 03 30 00 Ma Desrgv SRM Concrete 30350 3000 psi Concrete fr Sidewalks &ADA Ramps 3-5" Slump; 3-6%Air 110/18/2024 033000 3 30 00 Mix Design SRM Concrete 30050 3000 psi Cmm,— for Sidewalks, Ramps, (lets, Junction Boxes, Thrust Blocks, Cuff and Gner, Driveways, Barrier Ramp 3-5" Slump, 3-%- 19/92022 03 30 00 Mu Design Tarrant Concrete FW5025A 3000 psi Concrete Mix for Curb & Gttcr, Driveways, Sidewalks, ADA Bumps 3-5 Slump; Slump; 3-6% Air 19/9/2022 033000 Mi. Design Tarrant Gvcrete CP5020A 3000 psi C—Mix fr C-and Gner 3-5"Slump. 36%Air 110/102022 03 30 00 Mu Design Tarrant Concrete TCFW5020A 3000 psi Concrete fin Sidewalks Sidalks 3-5" Slump; 3-6% At, 19/92022 03 30 00 Mu Design Tamest Concrete FW5525A2 3600,ui Concrete Mi. for Sidewalks, Drive Approaches, ADA Ramp, Cuff and Gner 3-5" Slump, 3-6 Air 19/92022 03 30 00 Mu Design Timi Ready Mix 3020AE 3000 ps`i Concrete fm Sidewalks 3-5" Slump; 3-6% 'Ai' 19/9/2022 03 30 00 Mu Design True Gm R.& Mu 0250.230 3000 psi Concrete btu' for FJanvork, Cmb & Gner, Drivewayf, Sidewalks, ADA Ramps 3-5" Slump, 36% Au 19/9/2022 Mn Desl�l Tme Grit R.& Ma 0250.2301 3000 psi Concrete Mu fr Cufi & Dim , Driveways, Sidewalks, ADA Ramps 3-5" Sfmp, 36% Ai, y033000� 1 Clues CBMen6 oles, Sanction Boxes �'ncsseme JovclretefCompavy- Lit ors) 19/9/2022 03 30 00 h4uc Design Amencav i, 40CNF065 4000 psi Concrete for Manholes & Utility Structures 3-5" Slump; 0-3 % Au 19/92022 03 3000 Mu Design Argos D10000001061 3600 psi Concrete for Inlets, Boxes, Encasement, Block° 3-5" Slump. 3-6%Ah 19/92022 03 3000 Mu D.um Argos DL0000001055 3000 psi Cmu ac for Inlets, Jimam, Boxes, Manholes, Cfiancel L—s, Sidewalks, Driveways, Curb & Gutter 3-5" Slump; 3-6%Ai, 19/1 022 03 30 00 Mu Dlim yA��gos D1000001615 3600 psi Concrete for h0ets, Boxes, Encasement, Blocking 3-5" Slump. 36%Ah 19/92022 03 30 00 Mu Desum Amrley's Concrete 4502 3000 psi Grade Mix for Sidewalk,, Block.g 3-5" Slump; 3fi% Ai, 19/1 022 03 30 00 Mu Design Bumco Texas 40U500BG 4000 psi Concrete Mi, fm Storm Dmi, Strucmres, Drlvewa Screen I, C1 3-5" Slump, 36%Air 19/92022 03 30 00 Mu Design Cow Town Rath Mu 255-2 3000 psi Comae Mix for Inlets, Thmst Blocking, Concrde cas—m 3-5" Slump; 3fi% An 19/92022 033000 Mis Design C Town Redi Mie 355 3000 psi Gvcrete Mlx fr flab, Thrust Blm Concrete Evcasemwt 31"Slump. 36%Ah 19/9/2022 03 30 00 Mu Design Cow Town Rath Mu 255 3500 psi Cum —Mix for Flatwork, Inlets, Thmst ock.g Cum —Encasement 3-5" Slump; 3-6%At, 19/9/2022 033000 M&Design Cow Town Re&Mix 270 5000p.,Conaae Mixfr C.1-m-Place Box Ghat 3-5"Slump, 36%Air 19/9/2022 03 30 00 Mu Design Cow Town Rath Mu 370 5000 p Concrde Mix for Cast -.-Place Box Culverts 3-5" Slump; 3-6%Ai, 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 313 3000 Ni Concrete btu' for Sidewalks, ADA Ramps, Dnvew r, Curb & Gner, Simuy End Treatments, Non-TxDOT Retawing Walls 3-5" Slump, 36%Ah 19/92022 03 30 00 Mu Design Cow Town Rath Mu 257 3600 Ni Concrde is for Valley Gutters, Lightpoie Foundiumus 3-5" Slump; 36° An 19/92022 03 30 00 Mi" Desigp Cow Town Redi M& 357 3600 p� Comae Mu fr Valle`rn,,, Lightp.1e Foundations 3-5" Slump, 36%Air 3 30 00 19/92022 033000 Mu Design Holcim - SGR, Inc. 1701 4000 psi Concrde Mu for SI Dm. Swctmes, Samtary Sewer Manholes, luvcnon Box 3-5" Slump; 3-6%An 19/92022 03 30 00 Mu Des Holcim - SOR, Inc. 1551 3000 pY1 Concrete Mu for Blockiilp, 3-5" Slump, 36% Air I9/92022 03300 0 Mu Design Holcim - SOR, lu 5409 4000 N, Concrete Mu for Sidewalks, lvlets 3-5" Slump; 31 Air 14272023 033000 3 30 00 M& Des mid Stone C361DNFA 3,600 psi Comae for R-mum wall, dnvewa , Junction box apron, approach 3-5" Slump, 3-6 Air 3 30 00 19/92022 033000 Mu Design art. Marlette R2141230 4,000 pei Gvcrete fr Manholes, Inlet & Hea�walls, Valve Pads 3-5" Slump; 36% Air 18/42023 03 30 00 Mu Design Marlin Marietta R2141R24 5.53 Sacks / 4,000 psi Comae for Junction Box, Box Culver, Sidewalks and Ramos. 3-5" Slump. 3-6%Au 111202023 03 30 00 Ma Design Mart. Manab R2146R33 6.01 Sacks / 4,000 psi Gvcrete Mu for C� Sawa Manholes 3-5" Slump; 3-6%Au 3 30 00 111/20/2023 033000 Mu Design Marlin Marietta R2146K33 6.01 Sacks / 4,000 tConcrde Mu fin CIP Sewer Manholes. 3-5" Slump, 3-6%Ah 19/92022 03 30 00 Ma Design Mart. Manetb R2142233 3,600 psi Concrete for Mmrholes, In Ids & Headwalls 3-5" Slump; 4 5-7.5 % Am 19/9/2022 03 30 00 Mi. DIm Marlin Mandb R2136224 3,600 psi Concrete fr Gib flats 3-5" Slump. 36% A'v 19/92022 033000 Ma Desup Mart. Manab R2141233 3,600 psi Gvcrete for St— Strmctures, Islas, Blocking & Encasement 3-5" Slump; 3fi%Air 19/92022 03 30 00 Mu Design Marlin Marietta R2146038 4,500 Ri Concrete for 1,1- Smmr Dim, Structures 3-5" Slump, 3-%- 110/242024 03 30 00 Mu Desip Mart. Manab R2146K34 4000 psi Concrde for Ivleb, Manholes, Headwalls, Thmst Blocks, Collars 3-5" Slump; 3-6% At, 19/12/2023 03 30 00 Mu Design NBR Read_��Mix CIS Pl-YY 6.00 Sacks / 4,000�5I Concrete for Collars, Manholes, Box Culverts 3-5" Slump, 3-6 Ah 19/92022 03 30 00 Mu Design NBR Ready Mix TX C-YY 3000 psi Concrde Mix for Curb hdeb Ai' 3-5" Slump; 3-6 'Ai' 19/92022 03 30 00 Mu Design NBR Read btu' TX C-NY 3000 pq Concrete btu' for Cuff kids 3-5" Slump, 36% Air 11/18/2023 033000 3 30 00 Mu Design Rapid Red i u RRM5320A 3000 psi Concrde f Blocking 3-5" Slump; 36% Ai' 11/18/2023 03 30 00 Mu Desig➢ Raatth� d Redi Mu RRM6020ASS 4000 psi Concrete for Strom Dmin SWdures 3-5" Sfmp, 36%Air I9/92022 03 30 00 Mu Design Redi-Mix IRJ11524 3500 Ni Concrde Mix for Th.. Bocks, Valve Pads 3-5" Slump; 36°/" Air 19/92022 03 30 00 Mu DIP Redi-Mu 15611524 4000 pj Concrete Mu for Cast -in -Place Storm Draw Structures 3-5" Slump, 36%Air 112/52022 033000 Mix Desum Redi-Mix 1OK115C4 3500p,Co—fi, for Thrust Blocks, Valve Pads 3-5"Slump, 36%Air FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I ConcfCondnued) I12/52022 03 30 0rete0 Mu Des i Redi-Ma 156115C4 4000 psi Concrete for CIP Storm Dmin Structures 3-5" Slump, 3-6%Ate I9/29/2022 03 3000 M. Desrgo Redt-Mu I OL21524 4000 per Concrete Mu for Manholes 3-5" Slump; 3-6% An 111/2/2022 03 3000 Mu Desp Rsdi-Ma 145P25P4 4500 psi Concrete for Storm Drain Structures 3-5" Slamp, 3-6%Ate I,0242024 03 3000 M. Design SRM Covcretc 40350 4000 psr Concrete for ],lets, M.rholes, Headwalls, Thmst Blocks, Collars, 3-5" Slamp; 3-6%AD I124/2024 03 30 00 Mu Design SRM Concrete 40850 4000 psi Concrete for Inlets, Manholes, Headwalls, Thrust Blocks, Collars 31" Slomp. 3-6% Air I9/162024 011000 Ma Design SRM Concrete 35050 3500 psi Concrete for Thmst Blocks and Collars 3-5" Slamp; 36%Air I9/9/2022 033000 Mi. Design Tamest Concrete FW5320A 3000 psi Concrete Mix for Blocki.9 3-5" Slamp, 3fi%Air 110/10/2022 033000 Mi. DceJJjj� Tamest Concrete TCFW6025A2 4000 psi Concretefor Manholes 31"Slump. 36%Air I alas C WfngmBs. Culverts. Dr lied Shafhl \\Headwalls. I Drilled J�afts I9/9/2022 03 3000 Mu Desp Bumco Texas 36U500BG 3600 vsi Concrete Mu for Liehor. and Traffic Sienal Foundations (Drilled Shafts) 5.5-7.5" Slump, 3-6%Air I6/21/2023 03 3000 M. Design Cow Town Redr M. 360-DS 3600 Dsr C.—oc for Dnlled ShaR/Lr¢ht.¢ and Traffic Signal Fowdatam!Drilled Shafts! 5.5-7.5" Slump; 3-6%An 110/30/2024 03 300 Mu Des i Estrada Ready Mu R36575AEWR 3600 vsi Concrete for DNled ShafULiehtine and Traffic Slenal Foundation (Drilled Shafts) 5.5-7.5" Slump, 3-6%Air I12/52022 033000 M. Design Holcan -SOR, We 1822 3600 asConcrete forfDrBled Shafhsl/Lr¢htrn¢end Traffic Srmal Foundatons 5.5-7.5"Slump; 0-3%Au I9/9/2022 03 3000 Mu Des�r Hokin, - SOR We 1859 4000 vsi Concrete for (Dn71ed Shaftsl/Liehtme and Traffic Sienal Foundations 5.5-7.5" Slump, 3-6%Air I4/72023 03 3000 M. Design Wgrem Concrete & Aggregates 10LQS50N 3.600 Dsr Concrete for (Drilled Shafta)/Luda— and Traffic Surml Foundations 5.5-7.5" Slump; 3-6%Au I4n/2023 03 3000 Mu Desp L��y:d S.- C361DHR 3.600 Dar Concrete for (Drilled Shaft)/LiehtWe and Traffic Slenal Foundations 5.5-7.5" Slump, 3-6%Air I6272023 03 3000 M. Design. Manetta U2146N41 fi.44sacks / 3.600 Dsr Concrete for (Drilled Shafts) / Lr¢htm¢ and Tmffrc Srar,1 Foundations 5-7" Slump; 3-6%Au I6272023 03 30 00 Mu Des i Martin Marietta U2146K45 6.65 sacks / 3.600 vsi Concrete for (Drilled Shafts) / Liehtme and Trafic Sienal Foundations 51" Slump, 3-6%Air I8222024 03 30 00 M. Design NBR Ready M. 135K2524 3500 Dsr Concrete for!Drilled Shaft) Lrehtvole Foundations 5.5" Slump; 3-6% Av 18222024 03 30 00 Mu Des i NBR Ready Mix 135K0524 3500 vsi Concrete for (Drilled Shaft) Liehmole Foundations 5.5" Slump, 3-6%Ate 03 30 00 Mu Design Redi-Ma 80LI 15D5 3600 Dsr Conorete f., (Dn7led Shafh0 /Lr¢ht.¢ and Traffic Signal Foundatrons 5.51.5" Slump. 3-6% Ate 11/151023 I � DGuhona I9/9/2022 03 300 M. Desr m Argos D10000001083S 4000 per Concrete for Valve Pads, Wlets, Structures, Headwalls, Thmst BWck.g 3-5" Slump; 3-6%Au I9/9/2022 03 30 00 Mu Desp Argos D10000001083 4000 osi Concrete for Valve Pads, Wlsts, Structures, Headwalls, Thins[ Blocking 31" Slump, 3-6%Air I9/92022 03 30 00 Ma Design Argos D10000001681 4000 per Concrete for Headwalls, Retammg Walls, Box Culverts, Valley Gutters 3-5" Slamp; 3-6%An I9/92022 03 30 00 Mu Design Carder Concrete FWCC602001 4000 psi Concrete for Storm Drain Stmctures, Manholes, Headwalls, Retaining Walls, Valley Gutters, Drive Approaches 3-5" Slamp, 36% Air I9/92022 03 3000 M. Design Charley's Concrete 4518 4000 per Concrete for Headwalls, W Wgwa0s 3-5" Slamp; 3fi%AD I9/92022 03 30 00 Mix Design Charley, Concrete 5642 4000 psi Concrete for Stovri Drain Structures 31" Slomp. 36%Air I9/92022 03 30 00 M. De agn Crty Concrete Company 40LA2011 4000 psi Concrete Mix for Stoma Dram Structures 3-5" Slump; 3-6%An I9/92022 033000 Ma DIP, Cow Town Redi Ma 260-2 3600 psi Concrete Mi. for Box Culvert,,Headwalls 31" Slamp, 36%Air I9/92022 033000 M.D-air Cow Town Redi M. 360-1 3600 psi Concrete Mixfor Box Culverts, Headwalls, WWgwalls 3-5" Slamp; 3-6%Air I9/92022 033000 Mix Desgp Cow Town Redi Mix 260-1 3600 psi Concrete Mlx for Headwalh 3-5"Slump, 36%Air 11/29/2024 033000 M. Design Estrada Ready Mix R3655AEWR 550 Sacks/3,600 psi Con f, Headwalls, Wmgwalls, and Culverts 3-5"Slump; 36%Air I9/9/2022 03 30 00 Ma D-01 GCH Concrete Services GCH4000 4000 psi Concrete for for Sidewalks, Ramps, Headwalls, tales, sad Storm Dram Stoa,mcss 31" Slump, 36%Air I9/92022 03 30 00 Mor Design Holcma - SOR, 1, 1851 4500 psi Concrete for Storm Door,Structures, Hand Placed Paving 3-5" SWmp; 36%Atr I4/12023 03 30 00 Mis DIF Mani. Marietta 310LBP 3,600 psi Concrete for Remit Walls 3-5" Slump, 4-7%Air I8/30/2023 03 30 00 M. Desrgo Man. M— R2141R30 5 85 SK / 4,000 psi Concrete f Box Culverts & Headwalls 3-5" Slump; 36%An I9/92022 03 30 00 Mis D-01 Mani. Marietta R2146035 4,000 osi Concrete for Manholes, Inlets & Headwalls, Valye Pads 3-5" Slump, 36%Air I12/5/2022 03 30 00 M. Design Redr-Mix IOL115C4 3600 psi Concrete for Manhole 1.1u, Juvctrov Box, Headwall 3-5" Slump; 36%Ate I9/92022 03 30 00 Mu Design SRM Concrete 40050 4,000 psi Concrete for Headwalls, Rer,mmg Wall, Collars 3-5" Slump, 36%Air I9/92022 03 30 00 M. Desrgn SRM Concrete 35022 3,600 psi Concrete for Ju..tam Box, Rete..g Walls 3-5" Slump; 36%Air I4/12024 03 3000 Mu Desp SRM Concrete 45050 4500 osi Concrete for Storm Structures 3-5" Slamm, 3-6%Air I9/9/2022 03 3000 M. Design Tarrant Concrete FW6020A2 4000 per Concrete Ma for Storm Dra. Structures 3-5" Slump; 3-6%Au I hLea P`MaeLIne Placed PsvWa) I9/9/2022 321313 M. Design Argos D10000001617 3600 psr Concrete for Machine Placed Paving 1-3" Slamp; 3-6%Au I6/24/2024 321313 Ma Desp BTown Concrete 360060-1 3600 psi Concrete for Machi.e Placed Pavi9� L3"Slamm, 3-6%Ate I6242024 321313 M. Design Brg Town Concrete 3fi2060-1 3600per Concretefor Mach.ce Placed Paving l-3"Slump; 3-6%An I9/9/2022 32 13 l3 Ma Design Carder Concrete FWCC552091 3600 psi fr Machi.e Placed Pevi.g 11.1 Slump. 36%Ate I9192022 3213 13 M. Design Carder Concrete FWCC602091 4000 psr for Machine Placed Paving 1-3" Slamp; 3fi%AD I9/92022 32 13 L3 Ma Design Chaley, Concrete 5167 3600 psi Concrete Ada for Machi.e Placed Pavi.g 1-3" Slamp. 36% Air I9/92022 321313 M. Design Crty Concrete Company 3fiLA2011 3600 psi Concrete Mix for Machine Placed Paving 1-3"Slump; 3fi%An I9/92022 331313 Ma DIP, Cow Town Redi Ma 257-M 3600 psi Concrete Mi. for Machi.e Placed Pavma 13"Slump. 36%Air Ill/l,1=22 321313 MreD-air Cow TownRediMa 357-M 3600psiConcreteMi. for MachinePlaced Paving l-3"Slamp; 36%Atr I9/92022 321313 Ma D-01 Cow Town RediMa 260-M 4000 psi Concrete Mi. for Machi.e Placed Paim, 13"Slump, 36%Air I9/9/2022 321313 M. Design Cow Town Redi Mu 360-M 4000 psi Concrete Mix for Machine Placed Paving 1-3 "Slump; 36%Air I2/6/2024 321313 Ma D-01 Eamsda Ready Ma TD3655AEWR 5.50 Sacks/3,600 psi Concrete for Machine Placed Paving 13"Slump, 36%Air I9/11022 321313 Mor Design Im ar, Concrete&Aggregates 2MWRC56PS5D5 4000 Ni Concrete Machine Placed Paving 1-3"SWmp; 3-6%Ar I8/42023 321313 Ma DIFManta Marietta Q2141R27 5.69 sacks/4,000 psi Concrete for Machine Placed Pamg 1-3"Slump, 36%Air I112/2022 32 13 13 M. Desrgo Marl. Menetta Q2141K30 4,000 psr Concrete for Machine Placed Paving 1-3" Slump; 36%Air I10/42023 321313 Ma D'p NBRReady Ma TX SF-YY 5.50 Sacks/3,600 psi Concrete for Machine Placed Paing 1-3"Slump, 36%Air Il0/4/2023 321313 M. Desrgo NBR Ready Ma TX SF -NY 550 Sacks 3,600 psi Concrete for Mazh.e Placed Paving 1-3"Slump; 36%Ate I10242024 321313 Ma Desism SRM Concrete 40068 4000 pai Concrete for Machine Placed Pamg 1-3"Slump, 36%Air I10242024 32 13 13 Ma Design SRM Concrete 40825 4000 psr Concrete for Mach., Placed Paving 1-3" Slamp; 36%Av I9/162024 32 13 13 Ma Desor SRM Concrete 40025 4000 osi Concrete for Machi.e Placed P.i g l-3" Slamp. 3-6%Ate I10/18/2024 321313 Mve Design SRM Concrete 35023 3600 psr Concrete for Mach —Placed Paving l-3"Slamp; 3-6%Au I9/9/2022 321313 Ma Deed Tarrant Concrete FW5520AMP 3600 psi Conorete for Machine Placed Pavi.g -3 Slamp, 3-6%Ate I9/92022 32 13 l3 M. Design True Gnt Redr Ma 0255.2301 3600 psr Concrete M. for Mach.e Placed Paving l-3" Slump; 3.56.5%1 I9/92022 2 13 13 Ma Desif% True Got Redi Ma 0260.2302 4000 psr Concrete Ma for Mach.e Placed Pavi.¢ l-3" Slump; 3.56.5%AD I ass H (Ham I Placed paving) I9/9/2022 3213 13 Ma Desp American Concrete Company 45CAF076 4500 psi Concrete for Hand Placed Paving 3-5" Slump, 3-6%Ate I9/92022 3213 13 M. Design Argos D10000001273 4500 psr Concrete for Hand Placed Paving 3-5" Slump; 3-6% Au I9/9/2022 321313 Ma Desp Argos D10000001737 4500 psi Concrete for Hand Placed Paving 3-5"Slamp. 3-6%Ate I9192022 321313 M. Design Argos D10000002107 4500 psr Concrete for Hand Placed Paving 3-5"Slump; 3-6%AD I9/9/2022 321313 Ma Design Argos D10000001791 4500 psi Concrete for Hand Placed Pzg 3-5"Sl"' -6%Air I9192022 3213 13 M. Design Argos D10000001103 4500 psi Concrete for Hand Placed Paving 3-5" Slump; 3fi% Air I522023 3213 L3 Ma Design B�DCo... 1, CM14520AE 4500psi Concretefor Hand Placed P.mg 3-5"Slump. 36%Air I9/9/2022 3213 l3 M. D—go Brg Town Covaete 452065-1 4500 psi hand placed pay.g 3-5" Slump; 3fi% Air I9192022 32 13 l3 Ma D'F' Big Town Concrete 450065-1 4500 psi hand placedravirlf, 3-5" Slamp, 36%Ate I9/92022 32 13 13 Moe Design Bumco Texas 45U500BG 4500 psi Concrete Ma for Hand Placed Paving, Storm Storctures 3-5" Slump; 3-6% Air I9/9/2022 32 13 13 Ma Des�p Carder Concrete FWCC602021 4500 psi concrete for Hand Placed Pa am 3-5" Slump, 36%Air I9/912022 32 13 13 Mu Design Chantey's Concrete 4609 4500 psi Concrete Ma for Hand Placed Paving Mevholes 3-5" Slump; 36%Air I9/92022 32 13 13 Ma DIF Charley', Concrete 6103 4500 psi Concrete Ma for Hand Placed Pavmg. Manholes 3'.' SWmp, 36%Ate I9/92022 321313 M. Desigo Crty Concrete Company 45NA206 4500psi Concrete Mixfor Hand Placed Paving 3-5"Slump; 36%Atr I9/92022 321313 Ma Des* Cow Town R.&Ma 265 4500 psi Concrete Ma fr Hand Paced PavWg 3-5"Slumo,36%Air 321313 M. Design Cow Town Redi M. 365 4500psi Concrete Mafor Hand Placed Paving 3-5 "Slump; 36%Air 11/29/22 I1292024 321313 Ma Des�p Estrada Ready Ma R4560AEWR/ 6.00 Sacks/4,500psiC-u—f.r Hand Placed P.via 3-5"Slump, 46%Air I9/92022 321313 M. Desrgn GCH Concrete Services GCH4500 4500psi Concrete Hand Placed Pawvg 3-5"SWmp; 36%Air 110/42024 32 13 13 Ma Design Hold. - SOR, to 5507 4500 psi Concrete Hand Placed Paving 3-5" Slump, 3-6 Air I9/92022 32 13 13 Ma Design Holcon - SOR, We 1851 4500 psr Concrete for Storm Dram Smrchaes, Hand Placed Paving 3-5" Slump; 3-6%Au I9/9/2022 32 13 L3 Ma Des�i Wgram Concrete & Aggregates 2MWR-161PS5EM 4500 psi Concrete Ma for Hand Placed P-ma 3-5" Slamp. 3 5-6 5 %Ate I9/92022 321313 M. Design Wgrem Concrete&Aggregates 2MWR-161UVSDM 4500 psr Concrete for Hand Placed Paving 3-5"Slump; 3-6%Av I9/9/2022 321313 Ma Design I�rk/M� am Concrete&Aggregates 2MWR-IOMQS50N 4500 psi Concrete for Hand Placed Pavi9fr 3-5" Slamp, 36%Air I11/22022 32 13 13 Ma De gv Marts Marietta R2146N35 6.11 sacks / 4,500 psi concrete fr Hand Pla a P-mg, Wlets, Manholes, Headwall, 3-5" Slamp. 3-6%Ate FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I Concrote(Cor'inued) 18/4/2023 32 13 13 Mac Design Marlin Marietta R2146R36 6.17 / 4,500 psi Concrete fin Hand Placed Paving 31" Slump. 3-6%Air 11 l/22022 32 13 13 Mu Design Martm Marlene R2146N36 4,500 psi Covcietc for Hand Placed Pavmg 3-5" Slump; 3-6% Au 11 l/2/2022 32 13 l3 Mac Design Marlin Made. R2146K36 4,500 Concrete tar Hand Placed Pav' a Placed 3-5" Slump. 3-6%Ah 15222023 321313 Mu Design Martm ManUta R2146K37 6.22 sack/4,500 psi Concrete for Hand P.m 3-5"Slump; 3-6%Ap 112/22/2023 32 13 l3 M& Deaipp Marlin Marietta R2146R44 6.60 Sacks / 4,500 psi Conc[Ue M& tar Hand Placed Paving 3-5" Slump. 36%Air 112222023 32 13 l3 Ma Design Martin M—ne R2146K44 6.60 Sacks / 4,500 psi Concrete Mix for Hand Placed Paving 3-5" Slump; 3fi% Air 111/152022 32 13 l3 Mi. Design Marlin Marietta R2146P36 4,500 psi Concrete fr Hand Placed Pavlrg 31" Slump, 3fi%Air 111/152022 3213 l3 Ma Design Malm Manata R2146K36 4,500 psi Corsets for Hand Placed Paving 3-5" Slump; 36%Air 19/92022 32 13 13 Mu Desimi Marlin Marietta R2147241 4,500psi Concrete for Hand Placed Paving 3-5" Slump, 4.5-7.5 %Air 19/92022 3213 13 Ma Design Malm Marlette R2146236 4,506 psi Corsets for Hand Placed Paving 3-5" SlumP; 3-6% An' 19/92022 32 13 13 Mu Design Marlin Marietta R2146036 4,500 psi Concrete for Hand Placed Paving, lulels 3-5" Slump, 3fi%Air 19/9/2022 32 13 13 Ma Design Martim Maneta R2146242 4,500 psi Corsets for Hand Placed Pavmg 3-5" Slump; 3fi% Air 19/92022 32 13 13 Mis Design Marlin Marietta R2146042 4,500 psi Concrete for Hand Placed Pavirl�i 3-5" Slump, 3fi% Air 110/4/2023 32 13 13 Mu Design NBR Ready Mu CLS P2-YY 6 50 Sacks / 4,500 psi Concrete for Hand Paced P.m 3-5" Slump; 36% Av 110/42023 321313 Mix Deso NBR Ready Mix CLS P2-NY 6.50 Seeks 4,500 psi Carafe for Hand Placed Paving 3-5"Stamp, 36%Air 17/10/2023 321313 Ma Design Oebum 45A60MR 6SK/4,500 psi Consets for Hand Placed Paving 3-5"Stamp; 36%Av 1/242023 321313 Mu Des Raarr��dRedi Mu RRM6320ARP 4500Pi Concretefor Hand Placed Paving 3-5"Slump, 36%Air 19/92022 321313 Mrs Design Redi-Mix lOM11524 4500 psi Covcrete Min for Hand Placed Paving 3-5"Stamp; 36%Air 19/92022 32 13 13 Mu Dear Redi-Mix lOM1l5U4 4500 PI Concrete Min for Hand Placed Paving, Storm Drain S--Pes 3-5" Slump, 36%Ah 19/92022 321313 Mu Design Redi-Mis ]OM11504 4500 psi CovaGe Mufor Hand Placed Pavmg 3-5"Slump; 3-6%Av 19/9/'22 32 13 l3 Mu Design lledi-Mix 145CD5P4 4500 psi Concrete Mi. for Hand Placed Paving, Storm Din, Structures 3-5" Slump. 3-6%Air 11/132023 32 13 13 Mu Design SRM Covc.. 45023 4500 psi C..r a for Hand Placed Pavmg 3-5" Slump; 3-696 Au 19/92022 32 13 l3 Mu Design SRM Concrete 45000 4500 psi Canoes for Hand Placed Paving 3-5" Sharp, 3-6%Ab 11024201A 32 13 l3 Ma Design SRM Covcrete 45350 4500 psi Concrete for Hand Placed Pavmg 3-5" Slump; 3-6% Pa 110242024 321313 Mix Design SRM Concrete 45850 4500 psi Concise for Hard Placed Paving 3-S"Shwp. 3fi%Air 110/182024 3213 l3 Ma Design SRM Covcrete 45050 4500 psi Concrete for Hand Placed Pavmg 3-5" Slump; 3fi% Air 19/92022 32 13 13 Mu Design Tenant Concrete FW6020AHP 4500 psi Concrete Mu for Hand Placed Paving 3-S" Slump.3-6%Air 19110. 3213 l3 Ma Design Tarrant ciar—te FW60AHP 4500 psi Concrete Mix fr Hand Placed Paving 3-5" Slump; 3-6% Air 19/92022 32 13 13 Mis Design Tavart Concrete TCFW6020AHP 4500 t, i Concrete Mu fin Hand Placed Pnvlrg 3-5" Slump, 36%Air 19/920. 3213 l3 Ma Design Titan Ready Mix TRC4520 4500 psi Concrete for Hand Placed Pavmg 3-5" Slump; 3fi% Air 19/9/2022 32 13 13 Mis Design T. Grit Redi Miz 0260.2301 4500 psi Concrete Mu fin Hand Placed Pavia\ 3-5" Slump, 36%Air 19/92022 321313 Mrs Design Tme Gnt Rath Mu 02652301 4500 psi Concrete Mix for Valley Gutters, Ha Placed Paving 3-5"Slump;3.56.5%_ 19/92022 321313 M&Design True t7rit RediM& 270.230 5000 Concrete for Hand Placed Paving 3-5"Slump, 36%Air 110/92024 321313 M&Design Wildcatter 4520AI 4500 psi Concrete for Hand Placed Paving 3-5"Slump, 36%Air 1 9.11 HES (i qh Early Strength Paving) 19/9/2022 32 13 13 u Design Big D Cov w 14500AE 4500 psi Concrete for High Early Strength Paving 3-5" Slamp; 3-6%Av 19/9/2022 321313 Mac Design Bumco Taxes 55UI20AG 4000 psi ConPde M&fr H'j Ear(�SPen Paving 3-5 "Slump. 3-6%Air 19/92022 3213 13 Mu Design Charley's Concrete 6589 4500 psi Concrete M. for g Early tren Pavmg 3-5" Sharp; 3-6%An 19/92022 32 13 l3 Mu Design Cow Town Rath Mu 370-INC 4500 psi Concrete for HES Paving 3-5" Slump. 36% Av 19/92022 32 13 13 Ma Design Cow Town R sh Ma 375-NC 5000 psr Concrete for HES Pavmg 3-5" Slump; 3fi% Ap 19/92022 3213 L3 Mix Desiga Cow Town Redi Mix 370-NC 4500 psi Conr3ee tar, HES Paving 3-S"Slump. 36%Air 11/182023 32 13 l3 Mrs Design Cow Town Rech Mrs 380-NC 4500 psi Concrete fm HES Pavmg 3-5" Slump; 3-6% An 11/292-4 321313 Mis Design Estrada Ready Mk 4S75AESC 7.SOSacks/4,500#gm� 3OOPO g"3-0ay)Concretefor HESPaving 3-S"Slump. 36%Air 19/92022 321313 Ma Design Holcim -SOR, Inc. 2125 5000 psi Concrete i'brkES Pavmg 3-5"Slump; 3fi%Air 11/24/2023 321313 Mis Des'ga L��'yyppd Slone C451DHR-A 450 s Concrete for HES Pav' 3' Slump, 36%Air 14/7/2023 32 13 13 Ma Design NCartm Marlette R216IK70 6,OO�psr (3,000 psinCr6 24In.) r HES Pavmg 3-5" Slump; 3fi%Air 19/9/2022 32 13 13 Mis Design Redi-Mix ION11507 4500psi (2600 psi \' 24 his ) Concrete Mix tar HES Paving 3-5" Slump, 4.56.5 %Air 12/10/2023 32 13 13 Ma Design SRM Conmrete 50310 5,006 psi Concrete for HES P.m 3-5" Slump; 3fi%Air 19/92022 :321313 Miz Desgn SRM Concrete 40326 4,500(3,000��,(a� 3-6 )3Pi Concretetar HESPaving 3-5"Slump, 36%Air 19/92022 32 13 13 Mrs Design TaimvI Concrete FW6520AMR 4500 (3000 psi4, 3<lays) psr HES Paving 3-5" Stamp; 36% Av 19/9/2022 : 32 13 13 Ma De�if�ji Tenant Concrete FW7520AMR 4500 (3000 psi A 3days) psi Concrete HES Pavmg 3-5" %lump: 36%Air I (:lass S (Brides b$, Top Slabs of Direct Traffic Culverts, Approach Slabs) 19/92022 32 13 13 Mix Design Cow Town Redi Mu 260 4000 psi Concrete Mis for Bri��°°pe Slabs, Box Culverts, Headwalls 3-5" Slump, 3-6% Air 19/92022 32 13 l3 Mu Design Cow Town Redi Mu 3fi0 4000 psi Conere a Mcx for Biidge Slabs, Box Culverts, Headwalls 3-5" Slump; 3-6% Av 19/9/2022 32 13 l3 Mac Design Cow Towr Redi Mie 365-STX 4000 psi Concrete for Bridge slabs, toQ slabs ofd'rect traffic wharfs, a00( ach slabs-TXDOT Class S-No Fly Ash 3-5" SI—P, 3-6%Ab 112-024 321313 Mu Design Estrada Ready Mvc R4060AEWR 6.00 Sacks/4,000 psr Concrete tar Badge Slabs, Top Slabs, and App� ch Slabs 4b"Slump; 3fi%Air 15/3/2023 32 13 l3 Mi. Design Marlin Maiietta M7842344 4,000 psi Concrete fire Bridge Deck 3-5" Sharp, 4.5-7.5%Air 14/12023 3213 l3 Ma Design Martin Mavens R2146P33 6.01sacks/ 4,000 psi wvcrete for Bridge Deck 3-5"Slang; 3fi%Air 14/152024 32 13 13 Mu Design NBR Read��Mix TX S-NY 5.50 Sacks / 4000psi Concrete Mu for Class S Slab Paving -No Fly Ash 3-S" Slump, 36% Air 14/152024 32 13 l3 Mac Design NBR ReadyMix TX S-YY 4.50 Sacks / 4000psi Concrete Mix for Class S Slab Paving 3-5" Slump; 3-6% Air 19/9/2022 321313 Mis Design Re 156115D4 4000 pg1i Bridge Slabs 3-5"Slump, 36%Air 15/5/2023 32 13 13 Mu Des11�v SRM Concrete D100008553CB 4,000 Psi Concrete for Bdfidge Approach Slab, Deck Slab 31.1 Slump, 36%Air I Zorc b,Basel'rerch Q%.iae 14/l/2023 03 34 16 Mu Design Bumco Texas psi C,,�e Base r �7"rSlvmp; 19/9/2022 03 34 16 Mu Deal Bumco Texas I08Y450BA 800 Psi Concrete Mu for as1000 e or Trencfin h Repev 3 6% Ara 1 on"b'd Low Sirw�acerii l 19/92022 03 34 13 Mu Design Bum,. Texas OIY690BF 100JJP1�i Concrete Mu for Plowable Fill Plowable, 8 5-11.5%Air 19/92022 033413 Ma Design Carder Concrete FWCC359101 50-15?0 psi Flowable Pill -CLSM 3-5"Slump; 8-12%Air 19/9/022 03 Mac Design Carder Concrete FWFF237501 50-150 psi Flowable Pill -CLSM Plowable, 85-11.5%Air 19/92022 0334 L3 Ma Design Ciry Concrete Company 11-350-FF 50-150 psi Concrete for Flowable FiIICLSM Plowable; 8-12%Ar 19/92022 03 34 l3 Mu Desipp Cow Town Redi Mu Mix# 9 70 phi Flowable Ff1 _ CLSM 71" Slump, 8-11%Air 110/42023 03 34 13 Mre Design NBR Ready Mix FTW FLOW FILL 156 psi concrete tar Plowable 7-10" Slump; 8-12%Air 19/92022 03 MU Design Tenant Coverers FWFF150CLSM 50-150 psi Flowable Fill-CLSM Plowable; 8-12%Air I ioncrece Rip Zap 14/121% 023 31 37 00 Mu Design Martin Marietta Sluarp' Air 14/l1023 31 37 00 Mic Design Martin Marietta R2146033 4,000 psi Concrete for R amp 3-5" Slump. 3-6% Av 1 Asphalt P.A..19/9/2022 32 12 16 Mu Design Austin Asphalt FTSB117965 FF5B117965 PG64-22 Type B Fine Base 19/92022 32 12 16 Mcr Design Arista, Asphalt 711B 39965 FT1B139965 PG64-22 Type B Fare Base 19/9/2022 321216 Mu Design Aastin As halt FT1Bll72 FTlB 117.2 PG64-22 T3yM1RiBFfe Base 15/12024 32 12 l6 Mrs Design Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type�B Base Course 19/9/2022 32 12 l6 Mi. Design Reynolds As1{halt 1112B l ] l2B PG64-22 T33'l�B Pine Base 19N2022 321216 Ma Design Reyvolds Asphalt 1fi12B 1612B PG64-22 TylKB Fine Base 112/52022 33 12 16 Mu Design Sunniowt Paving 3076H V6422 3076BV6422 PG62-22 TyR H Fine Base 19/92022 3212 16 Ma Desnpi Surmount Pavmg 34 1 -BRAP6422ERG 341-BRAP6422ERG PG64-22 Type B F. Base 19/9/2022 3212 16 Mis Design TXBIT 37-211305-20 37-211305-20 PG64-22 Type H Fine Base 19/9/2022 3212 16 Ma Design TXBH 44-211305-17 44-211305-17 PG64-22 Type B Fare Base 19/9/2022 32 12 16 Mix Design TXBH 211305 (1757) 211305 (1757) PG64-22 Type B Fine Base FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I Asphalt(Continued) 19/92022 32 12 16 Mix Des�af TXBIT 64-224125-18 PG 64-224125-18 PG70-22 Type D Fine Surface I4/l/2024 32 12 l6 1 Ma Des�e TXBIT 344 MAGSP-D 70-22XR 344 MACSP-D 70-22XR SAC A-R Tvce D Fme Surface 19/9/2022 eteemble 321320 a i 77 Su�ace DW$-Pavers Pme Hall Bnck(Wmston Smem,NG) Taade 19/92022 321320 DWS-Pavers Wtem Bik Co.(11—ton, TX) Demcmle Warm,¢ Pavers I9/92022 321320 DWS-Composite Armor ile Pic 19/9/2022 321320 DWS -Composite ADA Solutions (Wihningmn, MA) HeritagBrick CIE Composite Paver I4/72023 321320 DWS-Pavers ADA Solutions(Wilmington, MA) DetectaWemmg Pavers I SWcone Joint Sealant 199/2022 32 13 73 Join[ Sealant Dow 890SL 8905E -Cold �etp°�nlied Sit�'e Component, Sibcone Joint Sealant ASTM D5893 I9/92022 32 13 73 lomt Sealant To— 90OSL 900SL - Cold 1pPl. Sm� Co. Sihcone Jomt Sealant ASTM D5893 ld Jp�onrnt, -Cold�h'ed, conetJoint ASTM D589 19 9/2022 32 13 73 Joint Sealant Curb. RoadSaver Silicone RoodSaveroSifi—cSe gle Component, Si Sealant ASTM D58933 I UtWty Trench Embedment Sand t. �s Utili }}�� Both druent Send ASTM 31 I9/9/2 022 33 OS l0 Embedment Sand Crouch Materals Utd{tyEmbedmrnt Send ASTM C33 19/9/2022 3305 10 Embedment Sand F and L Dirt Movers Utdi}}_��Embedment Sand ASTM C33 I9/92022 330510 Embedment Sand FandLDm Movers Utmincubedmrnt Sund ASTM C33 19/92022 3305 10 Embedmem Send Tm Top Marts Manetm UbhN Embedment Send ASTM C33 1 Storm Sewer- Manholes & Bases/Frames & Covers/Standard JRound)11-01 13 19282018 3305 13 McMOIe Flames and CO1,1 AxuCast (Crovia Steel Company, LTD) NIB C #220605 MHRC #220605 (Size -•e24" Dia.) ASTM A48 AASHTO M306 19282018 33 OS 13 Manhole Cover Neenah Foundry NF-1274-T91 NF-1274-T91 (Size - 32" Die) ASTM A48 AASHTO M306 1928/2 18 3305 13 Manhole Frames end Covers Neenah Foundry NF-1743-LM (Hlvged) NF-1743-LM (Hinged) (Sze- 32" D.) ASTM A48 AASHTO M306 1928/2 18 3305 13 Manhole Frame Neenah Foundry NF-1930-30 NF-1930-30 (Size - 32.25" Die) ASTM A48 AASHTO M306 I9282018 330513 Manhole Fum and Covers Neenah Foundry R-1743-HV R-1743-HV(S�ze-32"Din) ASTM A48 AASHTO M306 14/3/2019 3305 13 Manhole Fre to a and Covers SIP htdustries++ 2279ST 2279ST (Size - 24" Die ) ASTM A48 AASHTO M306 I4/32019 330513 Manhole Fo—and Covers SIP fiohrtnes++ 2280ST 2280ST(S--32"Din) ASTM A48 AASHTO M306 110/8/2020 3305 13 Manhole Frames and Covers EJ (FomtaQy East Jordan too, Works) EI033 M/A EJ 1033 Z2/A (Size -32 25" Dia) ASTM A536 AASHTO M306 13/8/2024 3305 13 Cmb Inlet Covers SIP fiolm nes++ 2296T 2296T (Sze-' 24" Too.) ASTM A48 AASHTO M306 16/182024 3305 13 Curb Inlet Covers SIP fiolm nes ++ 2279STN 2279STN (S ze-24" Due.) ASTM A48 AASHTO M306 —Note: Alf— developmert(artd new insmllan'ort me.ho/e lids shall meet the minimum 304rtch opening regm ementes Decked in OVSpecification 33 0513. Any smaller opening sins will only be allowed for ermim, manholes that require replacemertefiames a.d covers I Storm Sewer- Inlet & St m r, s 33-05-13 110/8/2020 33 49 20 Cmb lidets Fonema FRT-l0x3-005-PRECAST'" (Smc-10' X 31 ASTM C913 I N.020 33 49 20 Curb Inlets Tortenm FRT-l0x3-006-PRECAST'" (Stze-10' X 31 ASTM C913 110/82020 334 20 Curl, Inlets Fortema FRT-10x4.5-407-ERECAST`e (Size -10' X 4 51 ASTM C913 110/8/2020 334 20 Curb klcts Romaine FRT_,th l 5-020-PRECAST" (S--10' X 4.5) ASTM C913 110/8/2020 33 3920 Manhole Fonema 41 FRT-0X4-00 AST C913 110/82020 33 39 20 Manhole Tom, - CAST-� E (Srzi.-44XX 4) PRT-0X4 �j�CA$� �f ASTM C913 110/82020 33 39 20 Manhole Fonema FRT-5X54 0-PRECAST-TOP (Si. - 5' X 51 ASTM C913 110/82020 333920 Manhole Fortema FRT-5X54 0-PRECAST-BASE(Size -5'X 5) ASTM C913 110/8/2020 333920 Manhole Fonema FRT6X6-011-PRECAST-TOP(Size-6'X 61 AS C913 110/8/2020 33 39 20 Manhole I—FRT_6X64 1 PRECAST -BASE (Si. -6' X 6) AS C913 13/19/2021 33 49 20 Curb Inlets Thompson P�e Group TPG-I OX3405-PRECAST INLET" (Size -10' X 31 AS 615 I3/19/2021 33 49 20 C. Inlets Thompson Pme Group TPG-ISX3-0OS-PRECAST INLET" (Suz -15' X 3) AS 615 13/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-2OX3-005-PRECAST INLET" (Size -20' X 7) AS 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-0X4-009-PRECAST TOP (Sue -4' X 4) AS 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-0X4-009-PRECAST BASE (Size -T X 41 AS 615 13/19/2021 33 39 20 Mavhole Thump— Pipe Group TPG-0X4-012-PRECAST 4-FT RISER (Sue -4' X 4) AS 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-010-PRECAST TOP (Size - 5' X 51 AS 615 13/19/2021 33 39 20 Manhole Thump— Pipe Group TPG-5X5-010-PRECAST BASE (SRO - 5' X 51 AS 615 13/19/2021 33 39 20 Msuhole Thompson Pipe Group TPG-5X5412-PRECAST 5-1T RISER (Size- 5'X 51 AS 615 13/19/2021 333920 Manhole Thompson Pipe Group 6 TPGX6-0ll-PRECAST TOP (S=-6'X 61 ASTM 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG6X6-011-PRECAST BASE (Si.- 6' X 61 AS 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG6X6-012-PRECAST 6-FT RISER (S-- 6' X 6) AS 615 13/19/2021 333920 Manhole Thompson Pipe Group TPG-7X7-011-PRECAST TOP (St. -TX 7) ASTM 6l5 13/19/2021 333920 Manhole Thompson Pipe Group TPG-7X7-011-PRECAST BASE(Soc - TX 7) ASTM fi15 13/192021 33 392 Manhole Thompson P�e Group TPG-7X7-012-PRECAST 4-FT RISER (Size - TX 71 ASTM 615 13/192021 333920 Manhole Thompson Pipe Group TPG-8X8-01]-PRECAST TOP (S=-8'X 8) ASTM 615 13/19/2021 33 39 20 Manhole Thompson P�e Group TPG-8X841 l-PRECAST BASE (Size - 8' X 81 ASTM 615 13/192021 33 39 20 Manhole Thompson Pyle Group TPG-8X8-012-PRECAST 5-FT RISER (Sze- 8' X 8) ASTM 615 13/192021 33 49 20 Drol�lnle[ Thompson P�e Group TPG-0X4-0O8-PRECAST INLET (Size -4' X 41 ASTM 615 I3/192021 33 49 20 Inlet Drop13/19/2021 Thompnson Pipe Group TPG-5X5-0PRECAST-PRECAST INLET (Sve - 5' X 5) ASTM 615 33492q em Pipe Group L%Le�4'X �b1 AS I8/282023 334910 Man6o Oldcasden PPrecast 46xjtacE� AS C478 18282023 334910 3 49 10 Manhole Oldcasde Precast 5'. 8' Smmt Junction Box (Size -5' X 81 AS C478 18/28/2023 334910 MaMote Oldc ale Prxest4'x4'Smrmlunc—Box(Sae-4'X4) AS C478 18/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 5' Stomt Junction Box (Size -5' X 5) ASTM C478 18/28/2023 33 49 10 MaMote Old —do Precast 6' x 6' Storm J m.,_ Box (Sae - 6' X 6) AS C478 18282023 33 49 10 Manhole Old —tie Precast 8' x 8' Stomt Junction Box Base (Sae - 8' X 8) AS C478 18/28/2023 33 49 10 MaMole Old —do Precast 5'.8' Storm Junctmn Box Base (Size - 5' X 8) AS C478 18282023 33 49 10 Manhole Rinker Materials Reintbrmd 48" Diameter Spread Footin¢ Manhole (Size -4' X 41 AS C433 18/28/2023 333920 Curb Inlet 10k3'Riser Thompeov Pipe Group Inlet Riser(Sae-3FT) AS C913-16 18282023 333920 Curb Inlet 15'x 3'Riser Thompson Pipe Group mle[Riaer (Sae-3 FT) AS C913-16 18/28/2023 333920 Curb Inlet 20'x3'Risx Thump —Pipe Group Inlet Riff (Soo,-3 FT) AS C913-16 11/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (4' X 4) AS C913 11/12/2024 33 49 20 Drop Inlet Am,,T" Pipe &Products Drop Inlet (5' X 51 AS C913 11/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 4k4' Storm Junction Box ASTM C913 3 49 20 11/19/2024 334920 Manhole AmenTex Pipe &Products Prxast 5S5' Storm Junctlon Box ASTM C913 11/19/2024 33 49 20 Manhole AmeriTex P�e &Products 5' Precast Tersition MH (4' MH on the top of 5' JB) ASTM C913 11/19/2024 33 49 20 Manhole A. -Tex Pipe &Products Precast 6W Storm Jmo, . Box ASTM C913 11/19/2024 33 49 20 Manhole Acr_Tex Pie &Products 6' Precast Tersition MH (4' MH on the top of 6' JB) ASTM C913 11/19/2024 33 49 20 Manhole A. -Tex Pyle &Products Precast 8'x8' Storm luncticm Box ASTM C913 11/192024 33 49 20 Manhole AnicuTex Pipe &Products 8' Precast Tersition MH (4' MH on the top of 8' JB) ASTM C913 3 49 20 11/192024 334920 M.Oh le AmeriTex Pipe &Products Tvue C Sh mi Dmitt Manhole on Box (4' MH on the top of RCB) ASTM C913 17/162024 33 49 20 Lliib Inets Air —Tex Pipe &Products 10x3 Prxast" (S ze 10' x 31 ASTM C913 17/16/2024 334920 Q lidets Air —Tex Pipe &Pmducta I Sx3 Prxast"' (S ze I5' x 31 ASTM C913 •*Note: Pre aielevare Opovedfor the agelpode ofthe velure(basin)only. Stage Hp -don of Me s.ruc—o, required ro be oroin-place. No ecopdons to Mis requirementsha(I be allowed. FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I y$torm Sewer-�ives & Boxes 3345-13 14/9/2021 3341 13 Sm. Drain Pipes Advanced D x—ge Systems, Inc (ADS) ADS HP Storm Polvmowleme (PP) Pine (S--12"- 60") ASTM F2881 & AASHTO M33o 1828/2023 3341 10 Storm Dram Pipes Rinker Matenals Reinforced Concrete Pipe Tongue and Groove Joint Ptpe (Sze- 21" or larger) ASTM C76, C655 18/22023 334110 Culvert Be. Rinker Materials Reinforced Concrete Box Culvert(Sze - Various) ASTM C789, C850 110/122023 3341 10 Storm Doom Pipes AmenTex Pipe &Pmduas Reinforced Concrete Pipe Tongue and Groove Joint Pipe" (Size -15" or Img) ASTM C76, C506 110/12/2023 344110 Culvert Be, AmmTez Pippe&Pmduots Reiufrced Concrete Box Culvert (size -Various)) ASTMC1433,C1577 110/18/2 23 3541 10 Stom Dram Pipes The T_ Co. Reinforced Concrete Pipe Tongue and Groove Joint Pipe" (Size -15" or toga) ASTM C76, C506 110/18/2 23 3341 10 Cohen Be. The Tumer Co. Reinforced Concrete Box Culvert (size- Vanous) ASTM C1433,C1577 14/12/2 24 3341 10 Storm Dmm Pipes Thompson Pipe Group Reinforced Concrete Pipe Tongue and Groove Joint Pipe" (Soee Vanous) ASTM C76, C506 16252024 3341 10 Culvert Box Oldcastle Reinfrced Conceta Be. Culvert ABTM C1433,C1577 16/25/2024 3341 10 So— Diain Pipes Oldcastle Reinforced Concrete Pipe Tongue and Groove Joint PiW (Size Various) 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. 467 Item 467 Texas Safety End Treatment Department of Transportation 1. DESCRIPTION Furnish, construct, and install safety end treatments for drainage structures, or install or replace pipe runners or pipe runner assemblies on existing drainage structures. 2. MATERIALS 2.1. General. Furnish materials in accordance with the following. ■ Item 420, "Concrete Substructures," ■ Item 421, "Hydraulic Cement Concrete," ■ Item 432, "Riprap," ■ Item 440, "Reinforcement for Concrete," ■ Item 442, "Metal for Structures," ■ Item 445, "Galvanizing," ■ Item 460, "Corrugated Metal Pipe," and ■ Item 464, "Reinforced Concrete Pipe." Use Class C concrete for cast -in -place and precast concrete units unless otherwise shown on the plans. Furnish cast -in -place or precast safety end treatments unless otherwise shown on the plans. Furnish Class B concrete for concrete riprap unless otherwise shown on the plans. Provide galvanized steel for prefabricated metal end sections in accordance with Item 460, "Corrugated Metal Pipe." Furnish pipe runners in accordance with the following: ■ ASTM A1085; ■ ASTM A53, Type E or S, Grade B; ■ ASTM A500, Grade B; or ■ API 5L, Grade X42. Furnish plates and angles in accordance with ASTM A36. Furnish nuts and bolts in accordance with ASTM A307. Galvanize pipes, plates, angles, nuts, and bolts in accordance with Item 445, "Galvanizing." 2.2. Fabrication. Fabricate cast -in -place concrete units and precast units in accordance with Item 420, "Concrete Substructures." Provide either prefabricated metal end sections or mitered CMP when specified for the pipe structure unless otherwise shown on the plans. Provide one of the following when reinforced concrete pipe (RCP) is specified for the pipe structure, unless otherwise shown on the plans: ■ mitered RCP or ■ precast safety end treatment (SET) units. Provide riprap only if the plans specifically require it for this alternative. 2.2.1. SET Types. 2.2.1.1. Type I. Provide Type I SET consisting of reinforced concrete headwalls or wingwalls and pipe runners in accordance with the details shown on the plans when required. 467 2.2.1.2. Type II. Provide Type II SET in accordance with the details shown on the plans consisting of the following: ■ CMP or RCP mitered to the proper slope, concrete riprap and pipe runners, when required; ■ prefabricated metal end sections, concrete riprap and pipe runners, when required; or ■ precast SET units, concrete riprap, when required, and pipe runners, when required. 2.2.2. Lifting Holes. Provide no more than 4 lifting holes in each section for precast units. Lifting holes may be cast, cut into fresh concrete after form removal, or drilled. Provide lifting holes large enough for adequate lifting devices based on the size and weight of the section. The maximum hole diameter is 3 in. at the inside surface of the wall and 4 in. at the outside surface. Cut no more than 1 longitudinal wire or 2 circumferential wires per layer of reinforcing steel when locating lift holes. Repair spalled areas around lifting holes. 2.2.3. Marking. Clearly mark the following on each precast unit, mitered CMP, mitered RCP, or metal end section before shipment from the casting or fabrication yard: ■ the date of manufacture, ■ the name or trademark of the manufacturer, and ■ the type and size designation. 2.2.4. Storage and Shipment. Store precast units on a level surface. Do not place any loads on precast units until the design strength is reached. Do not ship units until design strength requirements have been met. 2.2.5. Causes for Rejection. Precast units may be rejected for not meeting any one of the specification requirements. Individual units may also be rejected for fractures or cracks passing through the wall or surface defects indicating honeycombed or open texture surfaces. Remove rejected units from the project and replace with acceptable units meeting the requirements of this Item. 2.2.6. Defects and Repairs. Occasional imperfections in manufacture or accidental damage sustained during handling may be repaired. The repaired units will be acceptable if they conform to the requirements of this Item and the repairs are sound and properly finished and cured in conformance with pertinent specifications. Repair damaged galvanizing in accordance with Section 445.3.5., "Repairs." 3. CONSTRUCTION 3.1. General. Remove portions of existing structures in accordance with Section 420.4.8., "Extending Existing Substructures." Drill, dowel, and grout in accordance with Item 420, "Concrete Substructures." Furnish concrete riprap in accordance with Item 432, "Riprap." Provide riprap on all prefabricated metal end sections. 3.2. Excavation, Shaping, Bedding, and Backfill. Excavate, shape, bed, and backfill in accordance with Item 400, "Excavation and Backfill for Structures." Take special precautions in placing and compacting the backfill to avoid any movement or damage to the units. Bed precast units on foundations of firm and stable material accurately shaped to conform to the bases of the units. 3.3. Placement of Precast Units. Provide adequate means to lift and place the precast units. Fill lifting holes with mortar or concrete and cure. Precast concrete or mortar plugs may be used. 3.4. Connections. Make connections to new or existing structures in accordance with the details shown on the plans. Furnish jointing material in accordance with Item 464, 'Reinforced Concrete Pipe." Also remove a length of the existing pipe from the headwall to the joint when removing existing headwalls as shown on the plans or as approved. Re -lay the removed pipe if approved, or furnish and lay a length of new pipe. 3.5. Install or Replace Pipe Runners or Assemblies. Install or replace individual pipe runners or pipe runner assemblies on existing drainage structures as indicated on the plans. 467 4. MEASUREMENT SETs of all types will be measured by each barrel of each structure end. Pipe runners or pipe runner assemblies installed or replaced on existing structure will be measured by each installed or replaced on each structure end. 5. PAYMENT 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 bid for the various designations of "Safety End Treatment" specified as follows: ■ SET (Type 1) (Barrel Span) (Wall Height) (Slope, Horizontal:Vertical) (Orientation, Cross or Parallel) ■ SET (Type 1) (Pipe Diameter or Design) (Slope, Horizontal:Vertical) (Orientation, Cross or Parallel) ■ SET (Type 11) (Pipe Diameter or Design) (Pipe Material) (Slope, Horizontal:Vertical) (Orientation, Cross or Parallel) ■ SET (Pipe Runner) ■ SET (Pipe Runner Assembly) For payment purposes, the wingwall heights of Type I SETs for box culverts will be rounded to the nearest foot. This price is full compensation for constructing, furnishing, transporting, and installing the end treatments; pipe runners, or pipe runner assemblies, connecting to existing structure; breaking back, removing and disposing of portions of the existing structure, removing and disposing of existng pipe runner or pipe runner assemblies, and replacing portions of the existing structure as required to make connections; excavation and backfill; furnishing concrete, reinforcing steel, corrugated metal pipe or reinforced concrete pipe, and pipe runners; and concrete riprap, nuts, bolts, plates, angles, equipment, labor, tools, and incidentals. The removal and re-laying of existing pipe or the furnishing of new pipe to replace existing pipe will not be paid for directly but will be considered subsidiary to this Item. The mitered length of CMP or RCP that is a part of the SET (Type 11) will not be paid for directly but will be considered subsidiary to this Item. The limits for payment for pipe will be as shown on the plans and paid for in accordance with the pertinent bid item. The limits of riprap to be included in the price bid for each SET will be shown on the plans. Any riprap placed beyond the limits shown will be paid in accordance with Item 432, "Riprap." Riprap between multiple precast SET units will be required as shown on the plans and is included in the price bid for SET. When precast SETs are provided as an option to mitered RCP, riprap aprons will not be required unless the plans specifically require riprap aprons for precast SET units. The plans will show the limits of the riprap to be included with the precast SET for payment.