Loading...
HomeMy WebLinkAboutContract 62277-PM1CSC No. 62277-PM1 FART WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF WATER, SEWER, PAVING, AND STREET LIGHTING IMPROVEMENTS TO SERVE �1.....e;... 20254 MARINE CREEK DISTRIBUTION CENTER IPRC 24-0040 CITY PROJECT NO. 105450 FID 30114-0200431-105450-EO7685 X-28106 Mattie Parker Jesus "Jay" 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: Kimley >>) Horn Texas Registered Engineering Firm F-928 801 Cherry Street, Suite 1300, Unit 11 Fort Worth, TX 76102 817.339.2269 Kimley-Horn No. 061320800 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised i20/2020 001113 nno�3 invitation to Bidders + Bidders I$�YtIf.R°1.�'�i1JM�v-axc�cccr� 03 03,90/2mn va-avravzv nn 1n 004100 00 42 43 00 4313 Bid FE)fm Proposal Form Unit Price Bid en T 05/22/2019 04,102Q014 00 nc 11 Bidders Prequal fication's Prequalification Statement Bidde- U-o,,u l;fiea4io A..plie., v�v�r�v�� 04/02/2014 09/01/2015 v�r✓-rr 0045 12 0045 13 00 45 26 ie Contractor Compliance with Workers' Compensation Law 03/09/2020 04/02/2014 00 45 40 00 52 43 Minerity Business Enterprise Goal Agreement 09,91Q019 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 00 72 00 General Conditions 11/15/2017 007300 071n�14 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 25 00 Substitution Procedures 08/30/2013 01 31 19 i 20 Preconstruction Meeting + 08/30/2013 i 0i 3 vrTrry 01 3233 Pr-aje Meeting Preconstruction Video mTVT-rviT 07,10 2 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 0157 13 Storm Water Pollution Prevention Plan 07/01/2011 01 6000 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 0177 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 Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 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: httu://fortworthtexas.Lov/tiDw/contractors/ or httiDs://apns.fortworthtexas.gov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 12/20/2012 0241 14 Utility Removal/Abandonment 12/20/2012 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 12/20/2012 03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 2605 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 r t• T4u4 rDu t go ,1„;t 029642016 zv-v�-�v �OY1�li�1liC1�� ,,,,'" � Division 31- Earthwork 31 1000 Site Clearing 12/20/2012 3123 16 Unclassified Excavation 01/28/2013 3 1�3 BOFFO n 1 io 4�13 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 12/20/2012 31�0 Ripr-ap 171 /7 z Division 32 - Exterior Improvements 32 n1 1 7 �-a-vrrr 32 01 1 4 no,,,.;,. �,�'�e'�1J1°it �'1C�' !d t ]iLarr To,�,,. -.,,-y Asphalt It Paving Do,.ai 12i2042n12 rr.,zvravzz 17 04201 2 �o 32 01 29 e Concrete Paving Repair �zz 12/20/2012 32 1123 Flexible Base Courses 12/20/2012 32 1129 27�3 Lime Treated Base Courses Gomo,ft Tfea4ed Base r T,-ea4e 1 12/20/2012 12/7r�20,L2viz 7Z� 32 1137 32 1 2 1 6 �-z--rz--ry Liquid Sol St.,l.:l;.�o,- Asphalt It D.,,.:ng 1ikj,4ag l 4 aek Seal nos 08Q142015 pp�' 12420,9012 r 1220% 32 13 13 Concrete Paving 12/20/2012 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 1373 �rrvlzrzmzvlz 32 14 16 Concrete Paving Joint Sealants B -iek Unit D.,,.ing 12/20/2012 12420,L1n12 CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 105450 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 32 1723 Pavement Markings 11/22/2013 32r725 ccrro-zdarOc7z 'B.o'�""nOl4'g r1r0442013 �rzv Wift Fenees and Gates 127-20rtviz 32 32 13 Gast i Dlaee r rer-Ste D otaining Wa41S 8&OSQ018 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 3292 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012 2'7� Trees .,a.1 SL„- -S 1'1�'fzzrzvnviz 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 33 04-10 Z2�11 Bypass Pumping of Existing Sewer Systems joint Beading and Eleetmfieal isolation (`.,ffes;.,n Gentfal Tort Stations 12/20/2012 1r Q042012 17/7 z ZZ�= 33 04-30 33 04 40 Magnesium Arede C tt,, die Preteetie Systeffl Tom pe -afy Water- Set=v ee- Cleaning and Acceptance Testing of Water Mains 12i�lz 07i0T 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 Grade 12/20/2012 1 7 �7rc�-� 3305 16 3305 17 Cone -ete WeAe - Vaults Concrete Collars Q012 12/20/2012 33 05 20 2'2�= g T ' Tool .�t`�r PL�e 12�'l0,QOQ 12 i204201 �1 Z2�z 22�3 Steel -Coring D*e LT.,.-..l T,,,-nel'.,g 1 ��ti 12/zzrz0QOQ 3�-A5�4 Installation .,FCaf-; �r � D' Ip� in fT Tor �ul�~~�1 �in�te !16/1 3 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 T«.,,-, 12/20/2012 12/7 33 11 33 11 11 Poet;le Pipe Ductile Iron Fittings z 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 11 13 Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 12/20/2012 P_ 1 1 11 Dufie.l Stool Pipe .,.-,.l Fittings 12QO,9012 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 12 11 Large Water Meters 12/20/2012 33 1220 Resilient Seated Gate Valve 12/20/2012 33 12 'L Z or Ee to Bu#e - fly Valves 1 ��ti 33 1225 Connection to Existing Water Mains 02/06/2013 33 1230 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 32� 33 1250 Fire WatLC f/amp!e StMi0fiS OliO342014 17�7�r�042012 33 1260 Standard Blow -off Valve Assembly 06/19/2013 CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 3331 12 Coed in Pl000 lire !� 12/20,QOQ 33 31 13 Fil•orgL= Rainf -ee,l Pipe for- r ,yit-y Sanitary co,,, 1�/�Q ( 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 33 3 ! Polyvinyl Chloride (PNI 'l Closed Pr file !'"_,-.ty Sanitary Cower Pipe 12/2z y 2'2�2 22�3 Sanitary cor Ehp Liffikng L'., Canitai=y 1'1/'1izQ042012 1'1/7r 33 3150 Sewer- Pipe la-..o,v.o Sanitary Sewer Service Connections and Service Line Q0,Q012 04/26/2013 333170 3339 10 Combination Air- Valve foF Sa-aitar-y Sewer- Fer-ee N4 Cast -in -Place Concrete Manholes 12�20,QOQ 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fitt-olg1xz Mafiheles 12/ 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 2 11 11 High Density Polyethylene (I-IDPr�) Pinto D�ii2 1 � 042012 33 41 1 CD'ein f .-ee D4yetL.leae /��DE) I T,a 1 1 /1 5 12/zzr2042012 33--46 00 33 --46-� Subdr-ainage �t�fii'�S D:fic'�i�; mm�mvT 1�01o�Q1 3 3� _r46 02 Tren ol: Nric n� /non 33 49 10 32�0 Cast in P.Aaeo Manholes andTunetion Box r,,.-1..,.,..1 Df:E)p inlets QQ01QQQ 17/7rc�-�0QOQ 33 0 Division 34 - St,,,-m D-.,:, age 14ea ..,.,lls andW:n,...,.,lls Transportation 07/0T ZA�no 34 n1�100-1 Q' ntTEhznentA EeitFeall eiCabine Attachment D r`o S. Mien Att&e3ment C; Software Specificatieii 10117/7n15 124942015 2 0 Q 34 Al 10 �n7 ��J�rtrellne�'vpecifi 34 n� n z 0.03 2A� 11 34 41 /1 ' ? ? 5 Tom,, o -aft' Traffi . Signals Removing Tr-affie C`:..nal R-e-c�ular R*d Beaeon 1 1 /7nQ24 via 12/zzrz0/2012 1111 /' 3 34 41 1 �v t 7 L I'@E1�LUr1�. �� 1 1 /22/2n13 �� 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 4120.02 � FFee.. ay LED D,,.,.i.. ay r, � ar�l�i.: rs 06c Q015n 2A�no3 t' 1 7 7 ��i� �D loc��'rv-a3� �a:c���r� 0G11 c/2n15 � 14 41 2n �o �Z1u��rr�urrl figl�s 1142,L2013 3471 13 Traffic Control 11/22/2013 CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 105450 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix GC- -9 Page 5 of 5 GC-4.02 Subsurface and Physical Conditions GG-4.J1 and GG 4.0.5 Kazxt ous Enyi-op.- ent i Conditions at Site GG 6.0.6.D Miner-:t. and Women Owned Business E to -pFise G,,.,.rlian e GC-6.0-7 la age n ,tom GC-6.09 Permits and Utilities GCA.21 11Ln GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised March 20, 2020 UNIT PRICE BID Bidlist Item No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 00 42 43 DAP-Bm PROPOSAL Page I of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Application Project Item Information Description Specification Section No. Unit of Bid Measure Quantity UNIT I: WATER MPROVEMENTS 0241.1118 4"-12" Pressure Plug 0241 14 EA 1 3125.0101 SWPPP > 1 acre 31 25 00 LS 1 3305.0109 Trench Safety 3305 10 LF 113 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 0.63 3311.0461 12" PVC Water Pipe 33 11 12 LF 124 3312.0108 Connection to Existing 24" Water Main 33 1225 EA 1 3312.1002 2" Combination Air Valve Assembly for Water 33 1230 EA 1 3312.2103 1 1/2" Water Service 3212 10 EA 1 3312.2203 2" Water Service 33 1210 EA 1 3312.3005 12" Gate Valve 33 1220 EA 1 3312.4211 24" x 12" Tapping Sleeve & Valve 33 1225 EA 1 9999.0000 Remove Combination Air Valve Assembly 99 99 99 EA 1 TOTAL UNIT I: WATER IMPROVEMENTS Bidder's Proposal Unit Price I Bid Value $840.00 $ 840.00 $1,000.00 $ 1,000.00 $0.10 $ 11.30 $21,790.00 $ 13,727.70 $93.60 $ 11,606.40 $1,000.00 $ 1,000.00 $10,280.00 $ 10,280.00 $446.00 $ 446.00 $830.00 $ 830.00 $2,500.00 $ 2,500.00 $11,704.00 $ 11,704.00 $4,000.00 $ 4,000.00 $ $ $ $ $ $ $ $ $ $ $57,945.40 1 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Fonn Version May 22, 2019 00 42 43_Bid Proposal.xls SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP - BID PROPOSAL Page 2 of 5 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. I Unit of Measure Bid Quantity Unit Price Bid Value UNIT It: SANITARY SEWER IMPROVEMENT 1 3301.0002 Post -CCTV Inspection 33 01 31 LF ill $2.00 $ 222.00 2 3301.0101 Manhole Vacuum Testing 33 01 30 EA 2 $200.00 $ 400.00 3 3305.0109 Trench Safety 3305 10 LF ill $2.40 $ 266.40 4 3305.0113 Trench Water Stops 3305 15 EA 2 $960.00 $ 1,920.00 5 3331.4115 8" Sewer Pipe 33 11 10, 33 31 12, 33 3 LF ill $79.40 $ 8,813.40 6 3339.0003 Liner - 4' Sewer MH 33 39 60 VF 32 $250.00 $ 8,000.00 7 3339.1002 4' Drop Manhole 33 39 10, 33 39 20 EA 1 $13,954.00 $ 13,954.00 8 9999.9999 Convert Existing Manhole to Drop Manhole 99 99 99 EA 1 $13,760.00 $ 13,760.00 9 10 11 12 13 14 15 16 17 18 19 20 21 22 $ $ $ $ $ $ $ $ $ $ $ $ $ $ TOTAL UNIT It: SANITARY SEWER IMPROVEMENTS $47,335.801 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Fonn Version May 22, 2019 00 42 43_Bid Proposal.xls UNIT PRICE BID Bidlist Item No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description 0171.0101 Construction Staking 0171.0102 As -Built Survey 0241.0401 Remove Concrete Drive 0241.1300 Remove Conc Curb&Gutter 3125.0101 SWPPP > 1 acre 3211.0400 Hydrated Lime 3211.0502 8" Lime Treatment 3213.0103 8" Conc Pvmt 3213.0403 8" Concrete Driveway 3213.0301 4" Conc Sidewalk 3213.0506 Barrier Free Ramp, Type P-1 3217.0201 8" SLD Pvmt Marking HAS (W) 3217.1002 Lane Legend Arrow 3217.1004 Lane Legend Only 3217.2104 REFL Raised Marker TY II-C-R 3292.0100 Block Sod Placement 3471.0001 Traffic Control 3471.0003 Traffic Control Details 00 42 43 DAP-Bm PROPOSAL Page 3 of 5 Bidder's Application Specification Section No. Unit of Bid Measure Quantity UNIT IV: PAVING IMPROVEMENTS 01 71 23 01 7123 0241 13 0241 15 31 25 00 3211 29 32 11 29 32 13 13 32 13 20 32 13 20 32 13 20 32 17 23 32 17 23 32 17 23 32 17 23 3292 13 3471 13 3571 13 LS LS SF LF LS TN SY SY SF SF EA LF EA EA EA SY MO EA 1 1 697 868 1 27 992 829 2402 2300 4 305 2 2 16 233 1 1 TOTAL UNIT IV: PAVING IMPROVEMENTS Bidder's Proposal Unit Price I Bid Value $6,250.00 $2,500.00 $2.00 $14.13 $2,500.00 $375.00 $5.46 $153.80 $7.50 $15.00 $3,000.00 $11.00 $400.00 $400.00 $35.00 $14.00 $6,659.85 $1,250.00 6,250.00 2,500.00 1,394.00 12,264.84 2,500.00 10,125.00 5,416.32 127,500.20 18,015.00 34,500.00 12,000.00 3,355.00 800.00 800.00 560.00 3,262.00 6,659.85 1,250.00 $249,152.21 1 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Fonn Version May 22, 2019 00 42 43_Bid Proposal.xls UNIT PRICE BID Bidlist Item No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 00 42 43 DAP - BID PROPOSAL Page 4 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Application Project Item Information Description Specification Section No. Unit of Bid Measure Quantity UNIT V: LIGHTING IMPROVEMENTS 2605.3015 2" CONDT PVC SCH 80 (T) 26 05 33 LF 395 3441.1405 NO 2 Insulated Elec Condr 3441 10 LF 1185 3305.0103 Exploratory Excavation of Existing Utilities 3305 12 EA 5 3441.1502 Ground Box Type B, w/Apron 3441 10 EA 4 3441.1645 Furnish/Install Type 33A Arm 3441 11 EA 4 3441.3050 Furnish/Install LED Lighting Fixture (70 watt ATBO Cobra 34 41 20 EA 4 3441.3302 Rdwy Illum Foundation TY 3,5,6, and 8 34 41 20 EA 2 3441.3352 Furnish/Install Rdway 11lum TY 18 Pole 34 41 20 EA 2 3441.3501 Salvage Street Light Pole 34 41 20 EA 2 TOTAL UNIT V: LIGHTING IMPROVEMENTS1 Bidder's Proposal Unit Price I Bid Value $32.14 $ 12,695.30 $13.50 $ 15,997.50 $580.00 $ 2,900.00 $300.00 $ 1,200.00 $525.00 $ 2,100.00 $525.00 $ 2,100.00 $4,000.00 $ 8,000.00 $1,050.00 $ 2,100.00 $1,000.00 $ 2,000.00 $49,092.80 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Fonn Version May 22, 2019 00 42 43_Bid Proposal.xls 00 42 43 DAP - BID PROPOSAL Page 5 or5 UNIT PRICE BID Bidlist Iteml No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description Bidder's Application Bidder's Proposal Specification Section No. I Unit of Measure l QuBidantity Unit Price I Bid Value Bid Summary UNIT I: WATER IMPROVEMENTS _ $57,945.40 UNIT II: SANITARY SEWER IMPROVEMENTS $471,335 80 UNIT IV: PAVING IMPROVEMENTS $249,152.21 UNIT V: LIGHTING IMPROVEMENTS $49,092.80 Total Construction Bid $403,526.21 This Bid is submitted by the entity named below: BIDDER: ljci:niucn & Miller 11350 Luna Rd Datlas, TX 75229 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. BY: TITLE_ t'resitlt•ai DATE:.`U;uP.u2' END OF SECTION 120 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Vcrsion May 22.2019 00 42 43_Bid Proponl.xls 0045 12 DAP PREQUALIPICATION STATEMENT Page 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maior Work Tvpe" box provide the complete maior work tvpe and actual description as provided by the Water Department for water and sewer and TPW for paving. Major Work Type Wastewater Mains (24" and under) for New Development using Open Cut construction methods Water Mains (48" and under) for New Development using Open Cut Construction methods Concrete Paving Site Lighting Improvement (Underground electrical work 36" deep) Contractor/Subcontractor Company Name PCI Construction Inc. PCI Construction Inc. McMahon Contracting Hurst Electric Prequalification Expiration Date 4/30/2025 04/30/2025 05/30/2025 05/07/2026 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: McFadden & Miller 11350 Luna Rd Dallas, TX 75229 BY: Ian Jaeobson (Signature) TITLE: President DATE: 02/14/2025 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS 0045 12_Prequalification Statement 2015_DAP (002).docx Form Version September 1, 2015 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 103930. 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: McFadden & Miller Company 11350 Luna Rd Address Dallas, TX 75229 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Ian Jacobson (Please Print) Signature: Title: President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared (-am- 5 , 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 tk\o FIi.) 15e 4yy4l — for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this jJ day of 20 -�-Zs d- �ti w�c ,.•;R'" �•; ROSEMARY MARTIN ZRUBEK My l l¢ ry !D # 41$13905 : Notary Pub in and fork State of Texas r: June 93, 20?6 . END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 Marine Creek Distribution Center CPN 105450 Pa SECTION 00 52 43 AGREEMENT 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 3 THIS AGREEMENT, authorized on is made by and between the Developer, 4 CH DOF I-ECC I FORT WORTH MARINE CREEK, L.P., authorized to do business in 5 Texas ("Developer"), and McFadden & 6 Miller authorized to do 7 business in Texas, acting by and through its duly authorized representative, ("Contractor"). 8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Marine Creek Distribution Center 17 CPN 105450 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 120 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 will 28 suffer financial loss if the Work is not completed within the times specified in Paragraph 29 3.2 above, plus any extension thereof allowed in accordance with Article 10 of the Standard 30 City Conditions of the Construction Contract for Developer Awarded Projects. The 31 Contractor also recognizes the delays, expense and difficulties involved in proving in a 32 legal proceeding the actual loss suffered by the Developer if the Work is not completed on 33 time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated 34 damages for delay (but not as a penalty), Contractor shall pay Developer Zero and No/100 35 Dollars. ($0.00) for each day that expires after the time specified in Paragraph 3.2 for Final 36 Acceptance until the City issues the Final Letter of Acceptance. 37 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of FOUR -HUNDRED THREE -THOUSAND FIVE- 40 HUNDRED TWENTY-SIX AND TWENTY-ONE Dollars ($_403,526.21 ). CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised June 16, 2016 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A. The Contract Documents which comprise the entire agreement between Developer and 44 Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 2. Attachments to this Agreement: 47 a. Bid Form (As provided by Developer) 48 1) Proposal Form (DAP Version) 49 2) Prequalification Statement 50 3) State and Federal documents (project specific) 51 b. Insurance ACORD Form(s) 52 c. Payment Bond (DAP Version) 53 d. Performance Bond (DAP Version) 54 e. Maintenance Bond (DAP Version) 55 f. Power of Attorney for the Bonds 56 g. Worker's Compensation Affidavit 57 h. MBE and/or SBE Commitment Form (If required) 58 3. Standard City General Conditions of the Construction Contract for Developer 59 Awarded Projects. 60 4. Supplementary Conditions. 61 5. Specifications specifically made a part of the Contract Documents by attachment 62 or, if not attached, as incorporated by reference and described in the Table of 63 Contents of the Project's Contract Documents. 64 6. Drawings. 65 7. Addenda. 66 8. Documentation submitted by Contractor prior to Notice of Award. 67 9. The following which may be delivered or issued after the Effective Date of the 68 Agreement and, if issued, become an incorporated part of the Contract Documents: 69 a. Notice to Proceed. 70 b. Field Orders. 71 c. Change Orders. 72 d. Letter of Final Acceptance. 73 74 Article 6. INDEMNIFICATION 75 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 76 expense, the city, its officers, servants and employees, from and against any and all 77 claims arising out of, or alleged to arise out of, the work and services to be performed 78 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 79 under this contract. This indemnification provision is specifically intended to operate 80 and be effective even if it is alleged or proven that all or some of the damages being 81 sought were caused. in whole or in part. by anv act. omission or negligence of the citv. 82 This indemnity provision is intended to include, without limitation, indemnity for 83 costs, expenses and legal fees incurred by the city in defending against such claims and 84 causes of actions. 85 CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of 4 86 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 87 the city, its officers, servants and employees, from and against any and all loss, damage 88 or destruction of property of the city, arising out of, or alleged to arise out of, the work 89 and services to be performed by the contractor, its officers, agents, employees, 90 subcontractors, licensees or invitees under this contract. This indemnification 91 provision is specifically intended to operate and be effective even if it is alleged or 92 proven that all or some of the damages being sought were caused, in whole or in part, 93 by anv act, omission or negligence of the citv. 94 95 Article 7. MISCELLANEOUS 96 7.1 Terms. 97 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 98 the Construction Contract for Developer Awarded Projects. 99 7.2 Assignment of Contract. 100 This Agreement, including all of the Contract Documents may not be assigned by the 101 Contractor without the advanced express written consent of the Developer. 102 7.3 Successors and Assigns. 103 Developer and Contractor each binds itself, its partners, successors, assigns and legal 104 representatives to the other party hereto, in respect to all covenants, agreements and 105 obligations contained in the Contract Documents. 106 7.4 Severability. 107 Any provision or part of the Contract Documents held to be unconstitutional, void or 108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 109 remaining provisions shall continue to be valid and binding upon DEVELOPER and 110 CONTRACTOR. 111 7.5 Governing Law and Venue. 112 This Agreement, including all of the Contract Documents is performable in the State of 113 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 114 Northern District of Texas, Fort Worth Division. 115 7.6 Authority to Sign. 116 Contractor shall attach evidence of authority to sign Agreement, if other than duly 117 authorized signatory of the Contractor. 118 CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised June 16, 2016 120 121 122 123 124 125 00 52 43 - 4 Developer Awarded Project Agreement Page 4 of 4 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date"). Contractor: Developer: By: (gignature) Ian Jacobson (Printed Name) Title: President Company Name: McFadden & Miller Address: 11350 Luna Rd City/State/Zip: Dallas, TX, 75230 Date See Attached Exhibit "A" By: (Signature) (Printed Name) Title: Company name: Address: 8333 Douglas Avenue, Ste. 1550 City/State/Zip: Dallas, TX 75225 1 /22/2025 Date CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised June 16, 2016 EXHIBIT "A" OWNER: CH DOF I-ECC I FORT WORTH MARINE CREEK, L.P., a Delaware limited partnership By: ECC Marine Creek GP, LLC, a Texas limited liability company, its general partner By: &—,r✓,lt Name: Ben C. Doherty, IV Title: Sole Member Date: January 22, 2025 006219-1 MAINTENANCE BOND Page I of I SECTION 00 62 19 2 MAINTENANCE BOND 3 Bond No. 4409862 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we McFadden & Miller Ltd. known as 9 "Principal" herein and FOCI Insurance COMDanv , a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Eider 12 Creek Capital, LLC, authorized to do business in Texas ("Developer") and the City of Fort 13 Worth, a Texas municipal corporation ("City"), in the sum of Four -hundred three -thousand 14 five -hundred twenty-six and twentv-one Dollars ($ 403,526.21 ), 15 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment 16 of which sum well and truly be made jointly unto the Developer and the City as dual obligees and 17 their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, 18 jointly and severally, firmly by these presents. 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement, CFA Number 24-0096, and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the 7th day of November , 20 24. which Contract is 24 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 25 materials, equipment labor and other accessories as defined by law, in the prosecution of the 26 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 27 the "Work") as provided for in said Contract and designated as Marine Creek Distribution Center; 28 and 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 Marine Creek Distribution Center STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105450 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 NOW THEREFORE, the condition of this obligation is such that if Principal shall 5 remedy any defective Work, for which timely notice was provided by Developer or City, to a 6 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 7 remain in full force and effect. 8 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 9 noticed defective Work, it is agreed that the Developer or City may cause any and all such 10 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 11 by the Principal and the Surety under this Maintenance Bond; and 12 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 13 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 14 Worth Division; and 15 PROVIDED FURTHER, that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised January 31, 2012 006219-3 MAINTENANCE BOND Page 3 o 1' 3 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 30th day of 4 5 6 7 8 9 10 11 12 13 14 15 16 17 IS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 December 7024 AT'1'ES'1': (Principal) Secretary Witness as to Principal v ATTEST: (Surety) Secretary Witness'asdo SlAty PRINCIPAL: / McFadden & Miller td i BY: �natu`re \ ) At, Name and Title Address: 11350 Luna Road Dallas, TX 75229 SURETY: FCCI Insurance Company Signature Faith Ann Hilty , Attorney -In -Fact Name and Title Address: 6300 University Parkway Sarasota, FL 34240-8424 Telephone Number: 800-226-3224 *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 OI' FORT WORT I I Marine Creek Distribution Center STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised January 31. 2012 FCCrINSVRANCL ckour GENERAL POWER OF ATTORNEY Know all men by these presents: That the FCCI Insurance Company, a Corporation organized and existing under the laws of the State of Florida (the "Corporation") does make, constitute and appoint: Troy Russell Key; Debra Lee Moon; Andrea Rose Crawford; Sandra Lee Roney; Colin E. Conly; John R. Ward; Monica Ruby Veazey; Thomas Douglas Moore; Emily Allison Mikeska; Allyson W. Dean; Andrew Gareth Addison; Patrick Thomas Coyle; Michael Donald Hendrickson; Bryan Kelly Moore; Elizabeth Ortiz; Ana Owens; Betty J. Reeh; Faith Ann Hilty Each, its true and lawful Attorney -In -Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the sum of (not to exceed $30,000,000.00): $30,000,000.00 This Power of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors. That resolution also authorized any further action by the officers of the Company necessary to effect such transaction. The signatures below and the seal of the Corporation may be affixed by facsimile, and any such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached. In witness whereof, the FCC[ Insurance Company has caused these presents to be signed by its duly authorized officers and its corporate Seal to be hereunto affixed, this 23rd day of July 2020. Attest: �-t1�-- :. OP °flgr'•.�'.o's • Christina D. Welch, President LL SEAL Christopher Shoucair, FCCI Insurance Company EVP, CFO, Treasurer, Secretary FCCI Insurance Company State of Florida County of Sarasota Before me this day personally appeared Christina D. Welch, who is personally known to me and who executed the foregoing document for the purposes expressed therein. My commission expires: 2/27/2027 .;'�, K-MBwow s' 6''3 •y comml�aoneF91s2l1�S Notary Public Dj �0'` E�htFeMwr7►.7D�f State of Florida County of Sarasota Before me this day personally appeared Christopher Shoucair, who is personally known to me and who executed the foregoing document for the purposes expressed therein. M commission expires: 2/27/2027 ""`4' �SNOIISM Y xP co,rrrxtu� *Wov WUFa,nv Notary Public *M' CERTIFICATE I, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, DO HEREBY CERTIFY1,hat the foregoing Power of Attomey remains in full force and has not been revoked; and furthermore that the FebrtjAr-y 27, 2020, Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force. Dated this 30th day of lei t►iber 2024 Christopher Shoucair, EVP, CFO, T*iiljjrj�r, Secretary-' FCCI Insurance Company,.--- -••-•" 140NA3592-NA•04, 7=1 IMPORTANT NOTICE To obtain information or make a complaint: You may call FCCI Insurance Group's (FCCI)' toll -free telephone number for information or to make a complaint at 1-800-226-3224. You may also write to FCCI Insurance Group Compliance Department e-mail at StateComolaints@fcci-groua.com. For Claims, you may write to FCCI Insurance Group Claim Department e-mail at newclaimC&,fcci-group.com. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance: PO Box 149104 Austin TX 78714-9104 Fax: 1-512-475-1771 Web: http:Ifwww.tdi.state.tx.us E-mail: ConsumerProtectionOtdi.state.tx.us PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim you should contact FCCI first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become a part or condition of the attached documents. *The FCCI Insurance Group includes the following insurance carriers: Brierfield Insurance Company, FCCI Advantage Insurance Company, FCCI Commercial Insurance Company, FCCI insurance Company, Monroe Guaranty Insurance Company, and National Trust Insurance Company. 1-BD-TX-216g0-NTP-11-12 Page 1 of 1 Copyright 2012 FCCI Insurance Group. 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 Page 1 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 Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 10540 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. 42 1.5 SUBMITTALS [NOT USED] 43 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 44 1.7 CLOSEOUT SUBMITTALS [NOT USED] 45 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 10540 Revised December 20, 2012 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 END OF SECTION 8 0 011100-3 DAP SUMMARY OF WORK Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 10540 Revised December 20, 2012 SECTION 0125 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 012500-1 DAP SUBSTITUTION PROCEDURES Page 1 of 4 The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, b. Contractor proposes a cost and/or time reduction incentive to the City. CITY OF FORT WORTH Marine Creek Distruction Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised August 30, 2013 012500-2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. 4. Substitution will be rejected if - CITY OF FORT WORTH Marine Creek Distruction Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 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 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Marine Creek Distruction Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised August 30, 2013 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: 012500-4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal _ Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended _ Recommended as noted Firm Not recommended Received late Address By Date Date Remarks TelEphone For Use by City Approved Rejected City Date CITY OF FORT WORTH Marine Creek Distruction Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised August 30, 2013 SECTION 013119 PRECONSTRUCTION MEETING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 0131 19 - 1 DAP PRECONSTRUCTION MEETING Page 1 of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised August 30, 2013 0131 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 m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments 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 Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised August 30, 2013 0131 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 Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 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] 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO CITY OF FORT WORTH Marine Creek DistribtionCenter STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised August 30, 2013 Page 2 of 2 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Marine Creek DistribtionCenter STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised August 30, 2013 SECTION 0133 00 DAP SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 DAP SUBMITTALS Pagel 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 c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised August 30, 2013 013300-2 DAP SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 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: liit111: i 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 1/2 inches x 11 inches to 8 1/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised August 30, 2013 013300-3 DAP SUBMITTALS Page 3 of 8 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: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised August 30, 2013 013300-4 DAP SUBMITTALS Page 4 of 8 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 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. CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised August 30, 2013 013300-5 DAP SUBMITTALS Page 5 of 8 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 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised August 30, 2013 013300-6 DAP SUBMITTALS Page 6 of 8 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. 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. CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 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) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 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 Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised August 30, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 0135 13- 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 SECTION 0135 13 SPECIAL PROJECT PROCEDURES 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of 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 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 — General Requirements 24 3. Section 33 12 25 — Connection to Existing Water Mains 25 1.2 REFERENCES 26 A. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 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 Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised August, 30, 2013 0135 13-2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 1 b. All work performed in the TxDOT right-of-way shall be performed in 2 compliance with and subject to approval from the Texas Department of 3 Transportation 4 B. Work near High Voltage Lines 5 1. Regulatory Requirements 6 a. All Work near High Voltage Lines (more than 600 volts measured between 7 conductors or between a conductor and the ground) shall be in accordance with 8 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 9 2. Warning sign 10 a. Provide sign of sufficient size meeting all OSHA requirements. 11 3. Equipment operating within 10 feet of high voltage lines will require the following 12 safety features 13 a. Insulating cage -type of guard about the boom or arm 14 b. Insulator links on the lift hook connections for back hoes or dippers 15 c. Equipment must meet the safety requirements as set forth by OSHA and the 16 safety requirements of the owner of the high voltage lines 17 4. Work within 6 feet of high voltage electric lines 18 a. Notification shall be given to: 19 1) The power company (example: ONCOR) 20 a) Maintain an accurate log of all such calls to power company and record 21 action taken in each case. 22 b. Coordination with power company 23 1) After notification coordinate with the power company to: 24 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 25 lower the lines 26 c. No personnel may work within 6 feet of a high voltage line before the above 27 requirements have been met. 28 C. Confined Space Entry Program 29 1. Provide and follow approved Confined Space Entry Program in accordance with 30 OSHA requirements. 31 2. Confined Spaces include: 32 a. Manholes 33 b. All other confined spaces in accordance with OSHA's Permit Required for 34 Confined Spaces 35 D. Use of Explosives, Drop Weight, Etc. 36 1. When Contract Documents permit on the project the following will apply: 37 a. Public Notification 38 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 39 prior to commencing. 40 2) Minimum 24 hour public notification in accordance with Section 013 1 13 41 E. Water Department Coordination 42 1. During the construction of this project, it will be necessary to deactivate, for a 43 period of time, existing lines. The Contractor shall be required to coordinate with 44 the Water Department to determine the best times for deactivating and activating 45 those lines. 46 2. Coordinate any event that will require connecting to or the operation of an existing 47 City water line system with the City's representative. CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised August, 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 0135 13 - 3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. F. Public Notification Prior to Beginning Construction 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. G. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised August, 30, 2013 0135 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 1 6) Name of the City's inspector and phone number 2 c. A sample of the temporary water service interruption notification is attached as 3 Exhibit B. 4 d. Deliver a copy of the temporary interruption notification to the City inspector 5 for review prior to being distributed. 6 e. No interruption of water service can occur until the flyer has been delivered to 7 all affected residents and businesses. 8 f. Electronic versions of the sample flyers can be obtained from the Project 9 Construction Inspector. 10 H. Coordination with United States Army Corps of Engineers (USACE) 11 1. At locations in the Project where construction activities occur in areas where 12 USACE permits are required, meet all requirements set forth in each designated 13 permit. 14 I. Coordination within Railroad Permit Areas 15 1. At locations in the project where construction activities occur in areas where 16 railroad permits are required, meet all requirements set forth in each designated 17 railroad permit. This includes, but is not limited to, provisions for: 18 a. Flagmen 19 b. Inspectors 20 c. Safety training 21 d. Additional insurance 22 e. Insurance certificates 23 f. Other employees required to protect the right-of-way and property of the 24 Railroad Company from damage arising out of and/or from the construction of 25 the project. Proper utility clearance procedures shall be used in accordance 26 with the permit guidelines. 27 2. Obtain any supplemental information needed to comply with the railroad's 28 requirements. 29 J. Dust Control 30 1. Use acceptable measures to control dust at the Site. 31 a. If water is used to control dust, capture and properly dispose of waste water. 32 b. If wet saw cutting is performed, capture and properly dispose of slurry. 33 K. Employee Parking 34 1. Provide parking for employees at locations approved by the City. 35 1.4 SUBMITTALS [NOT USED] 36 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 37 1.6 CLOSEOUT SUBMITTALS [NOT USED] 38 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 39 1.8 QUALITY ASSURANCE [NOT USED] 40 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 41 1.10 FIELD [SITE] CONDITIONS [NOT USED] 42 1.11 WARRANTY [NOT USED] CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised August, 30, 2013 0135 13 - 5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised August, 30, 2013 0135 13 -6 DAP SPECIAL PROJECT PROCEDURES 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 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: Page 6 of 7 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 105450 Revised August, 30, 2013 1 2 3 4 Date: EXHIBIT B FORT WORTH DOE NO. XXXX Project Name: 0135 13 - 7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 NOTICE OF TEMPORARY WATER SERVICE INITERRUPTIONI 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) X0 MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 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 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. 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised March 20, 2020 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 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 CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised March 20, 2020 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised JULY 1, 2011 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1) Contact City 1 week before water for construction is desired d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised JULY 1, 2011 015000-3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised JULY 1, 2011 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 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 Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 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 Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 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] PART 3 - EXECUTION [NOT USED] CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised July 1, 2011 015526-3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised July 1, 2011 0157 13 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 01 5713 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 Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised July 1, 2011 0157 13 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. B. Construction Activities resulting in: 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 0133 00, except as stated herein. CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised July 1, 2011 0157 13 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 Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised July 1, 2011 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 SECTION 0160 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 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.2ov/ProiectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. C. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. D. See Section 0133 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH Marine Creek Distribution Centert STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised March 20, 2020 10 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 CITY OF FORT WORTH Marine Creek Distribution Centert STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised April 7, 2014 01 66 00 - 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 Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 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] CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised April 7, 2014 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M. Domenecb Revised for DAP application CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised April 7, 2014 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised April 7, 2014 017000-2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 c) Lost profits 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 Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 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 I.I.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised April 7, 2014 017000-4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 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] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised April 7, 2014 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 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 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 7 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. See Changes (Highlighted in Yellow). 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 Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 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 Survev - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survev —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survev "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01— Attachment A —Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 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 Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 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 and Developer's Project Representative at least one week in 16 advance notifying the City of when Construction Staking is scheduled. 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. If City 21 surveyors or Developer's Project Representative are required to re -stake for 22 any reason, the Contractor will be responsible for costs to perform staking. If 23 in the opinion of the City, a sufficient number of stakes or markings have been 24 lost, destroyed disturbed or omitted that the contracted Work cannot take place 25 then the Contractor will be required to stake or re -stake the deficient areas. 26 B. Construction Survey 27 1. Construction Survey will be performed by the Contractor. 28 2. Coordination 29 a. Contractor to verify that horizontal and vertical control data established in the 30 design survey and required for construction survey is available and in place. 31 3. General 32 a. Construction survey will be performed in order to construct the work shown 33 on the Construction Drawings and specified in the Contract Documents. 34 b. For construction methods other than open cut, the Contractor shall perform 35 construction survey and verify control data including, but not limited to, the 36 following: 37 1) Verification that established benchmarks and control are accurate. 38 2) Use of Benchmarks to furnish and maintain all reference lines and grades 39 for tunneling. 40 3) Use of line and grades to establish the location of the pipe. 41 4) Submit to the City copies of field notes used to establish all lines and 42 grades, if requested, and allow the City to check guidance system setup prior 43 to beginning each tunneling drive. 44 5) Provide access for the City, if requested, to verify the guidance system and 45 the line and grade of the carrier pipe. CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 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 25O linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 25O linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 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 Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 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 Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 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 3rd 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 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 29 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 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 3 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. 1.11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 3 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. 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. CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised April 7, 2014 017423-3 DAP CLEANING Page 3 of 3 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] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised April 7, 2014 0177 19- 1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 SECTION 01 7719 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 Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised April 7, 2014 01 77 19 - 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 Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 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] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 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 Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 10540 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 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 10540 Revised April 7, 2014 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 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 4) Alignment, adjusting and checking d. Servicing and lubrication schedule CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 10540 Revised April 7, 2014 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 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: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 10540 Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 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] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 10540 Revised April 7, 2014 017839-1 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. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised April 7, 2014 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 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] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised April 7, 2014 017839-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum 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. 5. 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 1. 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. CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised April 7, 2014 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 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] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105450 Revised April 7, 2014 APPENDIX GC n nt Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105450 Revised July 1, 2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105450 Revised July 1, 2011 REE a Er-1 G 1 I-lE E1911-I C-i CSF9ouF= PROJECT NO. 24537 MARCH, 2022 GEOTECHNICAL INVESTIGATION MARINE CREEK INDUSTRIAL MARINE CREEK PARKWAY FORT WORTH, TEXAS Presented To: PRITCHARD ASSOCIATES, INC. DALLAS, TEXAS F-1 E-= E-=n , ErlMInEEa:F-1InC-� GEOTECHMCAL AND [j F� CD LJ F1 ENY19ONMENTAL CONSULTANT5 March 15, 2022 Project No. 24537 Pritchard Associates, Inc. 2121 North Akard Street, Suite 100 Dallas, Texas 75201-2223 ATTN: Mr. Travis Baxter GEOTECHNICAL INVESTIGATION MARINE CREEK INDUSTRIAL MARINE CREEK PARKWAY 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, r, F REED ENGINEERING GROUP, LTD. S�A.•••••••••..gs,l�i Registration Number F-3114 *: ' :, DANIEL R. 1COVACICH .......................... Daniel R. Kovacich, P.E. III 127402 •� Project Engineer:1kE5�: 1N�■1►1���►t�C'� Forrest Whitney Smith P.G. P.E. ► ■ Vice President SA.. E.:?s� *.*. DRK/FWS/apv ..:....................... �.• F. WHITNF 51�ITH copy submitted via e-mail only '• II-o- ; 85658 : �1 /CL scic. �►Ss10NAl 2424 STUTZ DRIVE. SUITE 400 ❑ALLAS,TX 75235 cel 214.350.5600 fax 214.150.0019 www.reed-Lngineeritig.com March 16, 2022 March 16, 2022 GEQTECHNICAL ENGINEERING ENVIRONMENTAL CONSULTING [�I�7� �:iflM �C�3L�l�rls�[�:iFE��i�itf iCd 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 FoundationDesign....................................................................................... 8 Grade Beams/Tilt-Wall Panels................................................................... 13 FloorSlabs.................................................................................................... 13 Dock -High Walls..........................................................................................21 Earthwork, General.....................................................................................22 Earthwork..................................................................................................... 23 Pavement.......................................................................................................25 PavementJoints........................................................................................... 32 Construction Observation and Testing Frequency...................................36 -]- REE a Er-1 G 1 I-lE E1911-I C-i CSF9ouF= TABLE OF CONTENTS (Continued) ILLUSTRATIONS PLATE PLANOF BORINGS...............................................................................................I BORINGLOGS....................................................................................................... 2-25 KEYS TO TERMS AND SYMBOLS USED.........................................................26&27 LABORATORY TEST RESULTS........................................................................ 28&29 2020 AERIAL PHOTOGRAPH............................................................................. 30 Fl EE E3 BMC-a1 M- EFRIM(-- ESFiaCJF' INTRODUCTION Project Description This report presents the results of a geotechnical investigation performed for Buildings A and B to be located on Marine Creek Parkway in Fort Worth, Texas. The general orientation of the buildings is shown on the Plan of Borings, Plate 1 of the report Illustrations. The project consists of construction of two office/warehouse buildings with associated site paving for parking and drives. The buildings vary in size from 95,010 to 143,370 square feet. Finished floor elevations are currently unknown. The recommendations provided herein should be reviewed by this office once finished floor elevations have been established. This office should be provided with a site grading plan to allow for evaluation and modification of the recommendations, if necessary. Authorization This investigation was authorized by Mr. Travis Baxter of Pritchard Associates, Inc. via e-mail authorization pursuant to our Proposal No. l 2-37 (revised) on February 22, 2022. Project No. 24537 - ] - March 15, 2022 R E E 17 B M C-a 1 M- E FR I M (-- CS F9M LJF' Purpose and Scope The purpose of this investigation has been to evaluate the general subsurface conditions and provide recommendations for: • design of the foundation systems; • floor slabs; • lateral loads for design of dock -high 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 2021 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. 24537 - 2 - March 15, 2022 Fl EE E3 BMC-a1 M- EFRIM(-- ESFiaCJF' Field Investigation Subsurface conditions were evaluated by 24 sample borings drilled to depths of 6 to 25 feet in February 2022. A total of 25 borings were planned. Boring B-24 could not be drilled due to existing trees. This boring should be drilled prior to construction. The locations of the borings are shown on Plate 1 of the report Illustrations. Borings were located in the field 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 and unweathered 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 25. Keys to terms and symbols used on the logs are included as Plates 26 and 27. 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. 24537 - 3 - March 15, 2022 R E E 10 B M C-a 1 M- E FR I M (-- ESF9[Z L.JF' 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 ASTM Designation D4318 D2216 D1140 The results of these tests are summarized on Plates 28 and 29. GENERAL SITE CONDITIONS Physiography The site is located east of Marine Creek Parkway and approximately 1,000 feet north of NW College Drive in Fort Worth, Texas. Based on Google Earth, the site generally sloped from west to east. Ground cover mainly consisted of grass, weeds, and several trees at the time of our field investigation (February 2022). A gas well pad was present on the east portion of the site. In addition, several surface fill piles containing construction debris (i.e., concrete slabs, boulders, rebar, and bricks) were present across the site. The most recent aerial photograph dated November 15, 2020 is shown for reference on Plate 30. Project No. 24537 - 4 - March 15, 2022 Fl EE E3 BMC-a1 M- EFRIM(-- ESFiaCJF' Geology and Stratigraphy Subsurface conditions encountered in the borings consisted of fill and residual soil over severely weathered grading to unweathered limestone of the Cretaceous Fort Worth Limestone and Duck Creek Formations, undivided. Fill was encountered in 7 of the borings (Borings B-1, B-3, B-5, B-7, B-8, B-9, and B-11) and consisted of a mixture of dark brown and brown, high plasticity (CH) silty clay, moderate plasticity (CL) gravelly clay, and clayey sand (SC) with varying amounts of sand and gravel. The fill extended to depths of 1 /2 to 2 feet. Residual soil was encountered beneath the fill, where present, and at the surface of the remaining borings and consisted of dark brown, hard, CH silty clay to light brown CL calcareous clay. The CL calcareous clay is dual -classified as severely weathered limestone and is noted as such on the logs. The residual soil was encountered to depths of 1-1/2 to 8 feet below existing site grades. Below depths of 1-1 /2 to 8 feet, tan, hard to very hard (rock classification), weathered limestone was encountered. The weathered limestone graded to gray, very hard (rock classification), unweathered limestone below depths 9 to 17 feet. The unweathered limestone extended through the termination depths of the deeper borings. Due to the presence of scattered debris piles across the site, and quantities of uncontrolled fill in select borings, there will likely be variances in subsurface conditions between the borings. This could include additional thickness and locations of uncontrolled fill and the possibility of buried organic material or other deleterious material that will need to be removed from the site. Proicet No. 24537 - 5 - March 15, 2022 F!EE E3 BMC-a1 MH E FR l MG ESF9M LJF' Ground Water Ground water was not encountered during or after drilling operations. The quantity of, and depth to the ground water, will fluctuate with variation in seasonal and annual rainfall. 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 2015 International Building Code (IBC), Section 1613, and ASCE 7-10, Chapter 20. The criteria require characterization of the upper 100 feet of subsurface materials. Based on the ASCE 7- 10 criteria, the site is classified as Site Class B in accordance with Table 20.3-1. Project No. 24537 - 6 - March 15, 2022 Fl EE E3 BMC-a1 M- EFRIM(-- ESFiaCJF' 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-E2. Based on the PVM calculations and past experience, potential movements are estimated to be on the order of two to three inches. 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. Recommendations are provided to limit movement below the buildings; 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 buildings to establish finished grade, this office should be consulted for additional analysis and recommendations. ' 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. 2 "Method for Determining the Potential Vertical Rise, PVR." (1978). Texas Department of Transportation, Test Method Tex-124-E. Project No. 24537 - 7 - March 15, 2022 Fl EE M Er-1 G 1 MIM E1911-I C-i CSF9ouF1 Foundation Design Foundation support for concentrated column loads should be provided by auger -excavated, straight -shaft, reinforced concrete piers. The piers may be founded within either the tan, weathered limestone or the underlying gray, unweathered limestone, dependent upon structural loading. Minimum pier depths and recommended bearing values are provided in Table 2. Estimated depth to bearing strata (within each building area) is outlined in Table 3 below. TABLE 2. RECOMMENDED BEARING Minimum') Allowable End Skin (2) Bearing Penetration Bearing Friction Strata (feet) (ksf) (ksf) Tan, Weathered Limestone 3.0 17.0 3.5 Gray, Unweathered Limestone 1.0 50.0 8.0 1. Minimum penetration for piers is measured from the top of the bearing stratum. 2. Recommended skin friction is applicable for the portion of the pier below the minimum penetration. Due to the very hard nature of the limestone, specialized drilling equipment may be necessary during pier shaft excavation. A minimum pier length of three pier diameters, or six feet, whichever is greater, is recommended regardless of structural requirements. For reasons of constructability, a minimum pier shaft diameter of 18 inches is recommended. Table 3 provides the estimated depth to tan and gray limestone in each building. Project No. 24537 - 8 - March 15, 2022 Fl EE E3 BMC-a1 M- EFRIM(-- CG F9M LJF' TABLE 3. BEARING MATERIAL Depth to Tan Limestone Building Below Existing Grade Designation (feet) A 1.5 to 8 B 1.5 to 3.5 Depth to Gray Limestone Below Existing Grade (feet) 9 to 14 9 to 17 Bid depths should be adjusted based on final site grading. Because of the variability of the top of gray limestone, both types of bearing materials may be specified. Generally, this can be identified by a note on the plans such as "x feet into tan limestone, or y feet into gray limestone, whichever occurs first". This note would allow on -site construction personnel the ability to limit pier depths where the top of gray limestone is located at greater depths, and an adequate thickness of tan limestone is present. The end bearing and skin friction values are applicable for portions of the pier extended below the minimum penetration recommended for each stratum. No portion of the pier surface area above the minimum 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 straight -shaft piers should not undergo post -construction settlement in excess of 1/2 inch. Project No. 24537 -9- March 15, 2022 R E E 17 B M C-a 1 M- E FR I M (-- ESFiaCJF' Piers will be subjected to uplift associated with swelling within the upper clays. The piers should contain reinforcing steel throughout the pier to resist the tensile uplift forces. Considering a modified subgrade as outlined in the floor Slabs section, temperature reinforcing should be sufficient to resist uplift associated with the upper clays. For piers located outside the extent of subgrade modification, reinforcing requirements may be estimated based on an uplift pressure of 1.1 kips per square foot (ksf) acting over the top 3 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. "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 underlain by clay should not be used with the piers unless a minimum void of 4 inches (Factor of Safety of approximately 1.3) is created below the portion of the cap extending beyond the shaft diameter. Pier caps founded directly on or within the tan, weathered limestone will not require construction of void beneath them. Uplift will be resisted by the straight -shaft piers by negative skin friction. Uplift resistance can be calculated using 2.5 ksf within the tan, weathered limestone and 6.0 ksf within the gray, unweathered limestone. The portion of the pier shaft above a minimum penetration into the bearing stratum should be neglected. Project No. 24537 - 10 - March 15, 2022 R E E 10 B M C-a 1 M- E FR I M (-- ESFiaCJF' Uplift calculated for straight -shaft piers will contain a minimum factor of safety of three, considering a shear failure in uplift. Development of the calculated resistance should require negligible movement of the bottom of the pier. 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 evaluated for lateral loading. L-Pile software is frequently used for the analysis and design of piers subject to lateral loads. Geotechnical input parameters for L-Pile analysis are provided in Table 4 below. Project No. 24537 - 11 - March 15, 2022 REE a Er-1 G 1 I-lE E191 r-1 C-i CSF9ouF= Material Type Depth Range (feet)(') Cohesion (psf) Unit Weight (pcf) TABLE 4. GEOTECHNICAL `L-PILE' PARAMETERS Weathered CH - CL Clay Limestone 0-4 4-15 Subgrade Modulus (pci) Strain Factor (E50) Compressive Strength (psi) (1) Based on existing grades Unweathered Limestone Greater than 15 1,000 --- --- 125 135 140 100 --- --- 0.007 --- --- 1,000 1,500 The specific pile diameter, head fixity, and load should be analyzed. A minimum pier spacing of two pier diameters, center -to -center, is recommended to limit stress overlap. Project No. 24537 - 12 - March 15, 2022 R E E 17 B M C-a 1 M- E FR I M (-- ESFiaCJF' Grade Beams/Tilt-Wall Panels Grade beams or tilt -wall panels underlain by clay should be constructed with a minimum void of 4 inches (Factor of Safety of approximately 1.3) beneath them. A void is recommended to limit potential foundation movements associated with swelling of the underlying soils. Grade beams or tilt -panels cast directly on top of weathered limestone must have a sufficient void to ensure that the tilt -wall panels are supported completely by the piers. The void can be created below grade beams by use of wax -impregnated cardboard forms or beneath tilt panels by over -excavating the required void space prior to panel erection. Retainer boards along the outside of the grade beam or tilt -wall panel 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 and/or tilt walls 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 buildings, the clay/bedding soil interface should be sloped to drain away from the buildings. Compaction criteria are included in the Earthwork section. Floor Slabs A number of factors affect the performance of the floor slabs, to include traffic and wheel loads, quality of the concrete, joint treatment and condition of the subgrade. The two factors which affect the condition of the subgrade are related to post -construction movement and strength of Project No. 24537 - 13 - March 15, 2022 R E E 17 B M C-a 1 M- E FR I M (-- CS F9Cz LJF' the subgrade. The following sections address the potential for movement and alternatives to reduce the potential and/or probability of the movement occurring. The strength of the subgrade is addressed in the Modulus of Subgrade Reaction subsection. As stated above, potential movements associated with heave from a dry condition to a moist condition are estimated to be on the order of two to three inches. 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. The recommendations provided below should be reviewed by this office once finished floor elevations have been established. This office should be provided with a site grading plan to allow for evaluation and modification of the recommendations, if necessary. Two types of floor systems are considered feasible; suspended floors and ground -supported (or "floating") slabs. 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 6 inches (approximate F.S. of 2) 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 three inches without intercepting the structure or distressing plumbing joints. Use of ground -supported floors are feasible, provided the risk of some post -construction floor movements is acceptable. The aotential movement can be reduced by proper implementation (i.e., construction) of remedial earthwork recommended in the following paragraphs. The risk Project No. 24537 - 14 - March 15, 2022 Fl EE E3 BMC-a1 M- EFRIM(-- CG F9M LJF' of the potential movement occurring can be reduced by implementation of positive grading of surface water away from the buildings and backfilling immediately adjacent to the structures with on -site clays. The most economical way of limiting the potential for post -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 floors. This can be accomplished by mechanically excavating the upper soils, mixing the soils with water, then recompacting the soils at an elevated moisture in controlled lifts. At completion of the excavation and recompaction process, a surface seal will be required to maintain the desired moisture. Three types of surface seals can be provided: • a minimum of 12 inches of "select" fill; • a minimum of 6 inches of flexible base; or • lime stabilization of the top 6 inches of soil with a minimum of 6 percent hydrated lime at completion of reworking. This method of nre-wettins the soils is not effective unless the water is uniformlv blended with the soil. Simply wetting the surface of the soil will not achieve the required result. General procedures are as follows. Project No. 24537 - 15 - March 15, 2022 R E E 17 B M C-a 1 M- E FR I M (-- ESFiaCJF' 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 floors, whichever is greater. Excavations may be terminated on top of intact limestone if encountered above the recommended depth. Extend the footprint of the excavated areas 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 and docks, as a minimum. The lateral extent of the treated areas should be reviewed by the owner and design team to address desired reduction of movement outside the structures 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. Scarification of intact limestone is not necessary. 4. Compact site -excavated soils in lifts as outlined in the Earthwork section to the subgrade required for the desired moisture cap. All deleterious and over -sized materials, if present, should be removed prior to use as fill. 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; or • stabilize the top 6 inches of recompacted soil with a minimum of 6 percent hydrated lime. Project No. 24537 - 16 - March 15, 2022 Fl EE E3 BMC-a1 M- EFRIM(-- ESFiaCJF' Placement recommendations for "select" fill and flexible base are included in the Earthwork section. Lime stabilization should be conducted in accordance with TxDOT "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges," 2014 Edition, Item 260. Lime -stabilized soils should be compacted to a minimum of 95 percent of Standard Proctor density, ASTM D698. 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 during construction. If an all-weather working surface is desired, this office should be consulted for additional recommendations. After grading operations, it is possible that weathered limestone will be exposed in portions of the building pads. Placement of concrete directly on top of intact limestone can result in the concrete experiencing irregular cracking. This is a result of the concrete not having a smooth surface for thermal expansion and contraction. In areas where limestone is exposed at finished grade, it is recommended that the limestone be excavated to allow placement of a uniform thickness of "select" fill or flexible base as discussed above. If a lime -stabilized cap is used for the reworked portion of the subgrade, it is recommended that a minimum of four inches of limestone below the slab be scarified and recompacted. The perimeter of the excavations 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. Project No. 24537 - 17 - March 15, 2022 Fl EE E3 BMC-a1 M- EFRIM(-- ESFiaCJF' If the building pads are excavated in strips or "cells", the side slopes of each cell (in all 4 directions) should be sloped, from the bottom up, at 1 H:IV. It is critical that the excavation for each adjacent cell completely overlap the preceding cell. Other Considerations - The moisture cap should be placed within approximately seven working days following completion of the excavation and recompaction operations to limit moisture loss. It is possible that other items of debris, not encountered during the investigation, may be encountered during the excavation and/or clearing process. Trash and other deleterious materials should be removed from any excavated fill if exposed at the surface of the excavation and disposed of in accordance with project specifications. Careful consideration should be given to the actual area treated to reduce movements. 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 buildings to reduce the potential for differential movement among the buildings, 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 areas to the outer limits of the sidewalks and docks, as a minimum. The lateral extent of the treated areas should be reviewed by the owner and design team to address desired reduction of movement outside the structures and surface paving. Project No. 24537 - 18 - March 15, 2022 Fl EE E3 BMC-a1 M- EFRIM(-- CG F9M LJF' Potential post -construction floor movement associated with heave, considering a properly reworked subgrade, is anticipated to be on the order of one inch. 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. Positive drainage of water away from the structures 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 floors to limit migration of moisture through the slabs from the underlying soils (Note, ASTM recommends minimum 15-mil poly). This is of particular importance below sections of the floors 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 Project No. 24537 - 19 - March 15, 2022 R E E 17 B M C-a 1 M- E FR I M (-- ESFiaCJF' six-inch wide, five-foot deep lean concrete wall, or other suitable material. The wall may be terminated six inches into intact limestone if encountered above the recommended depth. Trees and shrubs should be planted outside the barrier. Modulus of Subgrade Reaction — The preceding sections discussed alternatives to reduce the potential and/or probability of post -construction floor movement. Three alternatives were provided to seal the moisture into the subgrade to reduce construction -related moisture loss. The alternatives included lime stabilization of approximately 6 inches of clay, placement of 12 inches of "select" fill, or placement of 6 inches of flexible base. The modulus of subgrade reaction is dependent upon the size of the area that is uniformly loaded. In other words, product stacked to a uniform pressure over a wide area "loads" the subgrade to a deeper depth than the same product loaded in racks with point loads transmitted to the floor at the rack legs. Considering any of these three options, it is recommended the floor slab be designed for tire and rack loads using a modulus of subgrade reaction, k, of 150 pounds per cubic inch (pci). This value is applicable considering placement of a minimum of 12 inches of "select" fill, placement of 6 inches of flexible base, or lime stabilization of 6 inches of subgrade with a minimum of 6 percent hydrated lime over the prepared subgrade. To achieve the recommended modulus, compaction of the "select" fill, flexible base, and lime -stabilized clay to the specified density will be required. Materials disturbed by the construction equipment immediately prior to placement of the concrete will reduce the allowable modulus. Project No. 24537 - 20 - March 15, 2022 R E E 17 B M C-a 1 M- E FR I M (-- ESFiaCJF' Since the modulus of subgrade reaction varies dependent upon the size of the area to be loaded, it is recommended the value of k be reduced to 75 pci for loaded areas greater than 3 feet by 3 feet, up to an area of 8 feet by 8 feet. For loaded areas with a footprint greater than 8 feet by 8 feet, it is recommended the k value be reduced to 50 pci. Various alternatives are available to increase the effective modulus of subgrade reaction and will be addressed if desired. Dock -High Walls Lateral earth pressures against dock walls will be a function of the backfill within the "active zone" of earth pressure. The "active zone" can be estimated as an included angle of 45' from the vertical, extended upward from the base of the wall. Considering backfill using site -excavated materials, lateral earth pressures can be estimated based on an equivalent fluid pressure of 80 pounds per cubic foot (pcf) for at -rest conditions. Alternatively, imported "select" fill may be used as backfill in the active zone. Considering "select" fill, lateral earth pressures can be estimated based on an equivalent fluid pressure of 60 pcf at -rest conditions. 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. Project No. 24537 - 21 - March 15, 2022 R E E 17 B M C-a 1 M- E FR I M (-- ESFiaCJF' 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 pounds per square foot (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. 24537 - 22 - March 15, 2022 R E E 17 B M C-a 1 M- E FR I M (-- CS F9M LJF' 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. It is recommended that one -point swell tests at a pressure of 450 psf be performed 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. 24537 - 23 - March 15, 2022 Fl EE E3 BMC-a1 M- EFRIM(-- ESFiaCJF' 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. Inert construction debris can be incorporated into general fill outside of the buildings if reduced to a nominal diameter of six inches or less and mixed with the sandy clay and sandy fill soils. Construction debris should not be used within the upper 12 inches of finished grade. To reduce these materials to a useable form may require the use of studded metal (sheep foot) rollers and/or rock crushers. 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. Proper backfilling around the building perimeter will reduce the potential for water seepage beneath the structures. Fill against the perimeter of the foundations should consist of site - excavated clays, or equal, placed and compacted in accordance with the recommendations outlined above. "Select" fill is defined as uniformlv 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. Project No. 24537 - 24 - March 15, 2022 R E E 17 B M C-a 1 M- E FR I M (-- ESFiaCJF' Flexible base for use below the building slabs 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 (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. Lime stabilization should be conducted in accordance with TxDOT "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges," 2014 Edition, Item 260. Lime -stabilized soils should be compacted to a minimum of 95 percent of Standard Proctor density, ASTM D698 at or above optimum moisture content. The moisture cap should be placed within approximately seven working days over the reworked subgrade to limit moisture loss within the underlying soils. Pavement Recommendations have been provided to reduce movements under the buildings. However, paving areas will be subject to two to three inches of potential movement if the soils are dry at the time of construction. This can cause cracking and poor drainage including ponding and reverse drainage toward the buildings. 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 Project No. 24537 - 25 - March 15, 2022 Fl EE E3 BMC-a1 M- EFRIM(-- CG F9M LJF' depths of subgrade modification versus PVR, if desired. If remedial earthwork is limited to the building envelopes, site grading should account for the potential movements beyond the treated area of the buildings. In some locations of the paving, excavations into the tan, weathered limestone may be necessary to achieve finished grade. Placement of concrete directly on top of intact limestone can result in the concrete experiencing irregular cracking. This is a result of the concrete not having a smooth surface for thermal expansion and contraction. It is recommended that a minimum of four inches of scarified and recompacted limestone be placed directly below the concrete where intact limestone is exposed. The specific pavement section will be dependent upon: 1. traffic loads and frequency; 2. pavement type and strength; 3. desired pavement life and ending condition; and 4. strength and condition of the subgrade. Information regarding the specific traffic loads and frequency is not available. Therefore, analysis was performed for a range of traffic conditions, and design thickness versus traffic load diagrams were developed. 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 in the following paragraphs, this office can provide alternative sections upon request. Project No. 24537 - 26 - March 15, 2022 R E E 17 B M C-a 1 M- E FR I M (-- ESFiaCJF' The pavement type has been identified as concrete. Analysis was performed for both 3,000 pounds per square inch (psi) and 4,000-psi compressive strength concrete. A 20-year life was used for the analysis. Total pavement life was based on a six -day week. Analysis was performed in accordance with procedures developed by the American Association of State Highway and Transportation Officials (AASHTO). The upper surface soils consist of CH clays. When these soils are moist, they are relatively soft. For purposes of pavement analysis, the subgrade was assumed to be recompacted in accordance with the density and moisture recommendations in the Earthwork section and in a moist condition. An effective modulus of subgrade reaction, k, of 100 pci was used for the analysis. The effective k value of the subgrade can be increased to 200 pci by stabilization of the upper 6 inches with a minimum of 6 percent hydrated lime. Lime should be placed and compacted in accordance with Item 260 of the current edition of TxDOT "Standard Specifications for Construction of Highways, Street and Bridges." The lime -stabilized subgrade should be compacted to a minimum of 95 percent Modified Proctor, ASTM D 1557, at or above optimum moisture. Generally, it is more cost-effective to increase the pavement thickness than to lime -stabilize the subgrade. However, stabilization does provide an all-weather working platform for the contractor, and this may be beneficial from a construction perspective, especially if construction will occur during the wetter part of the year. Stabilization is also recommended if the traffic speed exceeds 30 miles per hour (mph). Project No. 24537 - 27 - March 15, 2022 R E E 17 B M C-a 1 M- E FR I M (-- ESFiaCJF' Considering the above discussion, analysis was made for both unlimited repetitions of cars and light trucks and for multiple repetitions of loaded tractor trailers. Analysis indicates a pavement thickness of 4.5 inches of 3,000-psi concrete will be adequate for car and light truck traffic. A minimum five -inch section over a scarified and recompacted subgrade is recommended. Pavements subject to multiple repetitions of tractor -trailer traffic were analyzed using both 3,000- and 4,000-psi concrete. Trailers were assumed to be loaded to the maximum allowable weight, 80 kips, consisting of two sets of tandem axles loaded to 32 kips and one 16-kip axle. Recommended sections for various rates of truck traffic, based on number of repetitions per day for a 6-day week, are provided in the following tables considering a subgrade k value of 100 pci and 200 pci. The sections are based on 20-year service life. The values presented in Tables 5 through 8 below represent the minimum thickness of the pavement section that should be constructed for the corresponding traffic volume. Allowance for variations that can occur during construction should be incorporated in the plan. Project No. 24537 - 28 - March 15, 2022 REE a Er-1 G 1 r-1E E1911-I C-i CSF9ouF= TABLE 5. (K=100 PCI) NUMBER OF TRUCK REPETITIONS VS. PAVEMENT THICKNESS 3,000-PSI COMPRESSIVE STRENGTH Pavement Thickness (inches) 6 (minimum recommended for fire lanes) 7 8 9 10 No. of Repetitions (per day) 12 30 65 140 280 TABLE 6. (K=100 PCI) NUMBER OF TRUCK REPETITIONS VS. PAVEMENT THICKNESS 4,000-PSI COMPRESSIVE STRENGTH Pavement Thickness (inches) 6 7 8 9 10 No. of Repetitions (per day) 18 45 105 220 440 Project No. 24537 - 29 - March 15, 2022 Ff EE L] Er-1 G I MIM E191l-1 C-i CSF9ouF1 TABLE 7. (K=200 PCI, LIME -STABILIZED SUBGRADE) NUMBER OF TRUCK REPETITIONS VS. PAVEMENT THICKNESS 3,000-PSI COMPRESSIVE STRENGTH Pavement Thickness (inches) 6 (minimum recommended for fire lanes) 7 8 9 10 No. of Repetitions (per day) 18 42 90 185 350 TABLE 8. (K=200 PCI, LIME -STABILIZED SUBGRADE) NUMBER OF TRUCK REPETITIONS VS. PAVEMENT THICKNESS 4,000-PSI COMPRESSIVE STRENGTH Pavement Thickness (inches) 6 7 8 9 10 No. of Repetitions (per day) 28 65 140 280 550 The values are based on Terminal Serviceability Index (pr) of 2.0, Overall Standard Deviation (Sa) of 0.35, Reliability (R) of 90 percent, Load Transfer Coefficient (J) of 3.2, and Drainage Coefficient (Ca) of 1.0. Project No. 24537 - 30 - March 15, 2022 R E E 10 B M C-a 1 M- E FR I M (-- ESFiaCJF' Analysis of Tables 5 and 6 indicates an approximate 50 to 57 percent increase in the number of truck repetitions can be obtained by increasing the concrete strength from 3,000 psi to 4,000 psi. An increase of approximately 100 to 150 percent is realized by increasing the thickness of the pavement by 1 inch. Analysis of the allowable repetitions was also performed considering a stabilized subgrade (Tables 7 and 8). For any given pavement thickness and strength of concrete, an increase in the number of repetitions equal to 25 to 50 percent of the non -stabilized repetitions is realized. Considering the relative costs associated with stabilizing the subgrade, a greater increase in repetitions (i.e., pavement life) is realized by increasing the pavement thickness or strength versus stabilization of the subgrade. Pavements should be lightly reinforced if shrinkage crack control is desired. Reinforcing for 5- and 6-inch pavements should consist of the equivalent of #3 bars (metric #10) at 24 inches on - center, and 18 inches on -center for pavements of 7-inch thickness or greater. 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 actual joint pattern should be carefully designed to avoid irregular shapes. Load transfer Project No. 24537 - 31 - March 15, 2022 R E E 17 B M C-a 1 M- E FR I M (-- ESFiaCJF' devices at transverse joints should be provided as necessary. Recommended jointing techniques are discussed in detail in "Guide for Design and Construction of Concrete Parking Lots," published by the American Concrete Institute3. At the truck courts of the buildings where the pavement abuts the buildings, it is recommended that the last six inches of pavement be swept up two to three inches to decrease the chances of water ponding adjacent to the buildings. 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. Pavement Joints Detailing of the pavement is beyond the proposed scope of geotechnical services. However, the following discussion is offered to assist the pavement designer and reduce some of the typical ambiguity associated with joint detailing. There are four common types of pavement joints: contraction or saw joints, isolation joints, construction joints, and expansion joints. Each of these are defined and discussed in the following paragraphs. 3 "Guide for Design and Construction of Concrete Parking Lots" (1987). American Concrete institute, Publication MSP 34, Silver Spring, MD. Project No. 24537 - 32 - March 15, 2022 Fl EE E3 BMC-a1 M- EFRIM(-- ESFiaCJF' Contraction Joints — Contraction or saw joints are installed in concrete to reduce the potential for random shrinkage cracks associated with drying of the plastic concrete. Concrete shrinks (contracts) at an approximate rate varying from 0.0002 inch/inch to .0008 inch/inch, dependent upon the specific water to cement ratio. The higher shrinkage is for a higher water to cement ratio. Using an average coefficient of 0.00047 inch/inch results in 0.56 inches of shrinkage per 100 feet of pavement. The general "rule of thumb" is to space contraction joints three times the concrete thickness, where the thickness is expressed in inches and the spacing is expressed in feet, up to a maximum spacing of 20 feet. For example, a 6-inch thick pavement should have contraction joints spaced at approximately 18 feet on -center. The joint is commonly constructed by sawing a groove to a depth of approximately 1/3 the thickness of the slab. The purpose of this groove is to create a weakened plane, thus inducing a shrinkage crack to form. The weakened plane must be constructed while the concrete remains relatively plastic, generally within the first four to six hours of placement, or else shrinkage cracks will have already formed. A limited amount of mild steel is generally used to reduce formation of random contraction joints. The typical amount of steel is #3 reinforcing bars (metric #10) at approximately 24 inches on -center for 5- and 6-inch pavement. The spacing is typically reduced to 18 inches on - center for pavements of 7-inch thickness or greater. Project No. 24537 - 33 - March 15, 2022 R E E 17 B M C-a 1 M- E FR I M (-- ESFiaCJF' Local practice is to extend the reinforcing uninterrupted through the saw joint. This practice can restrict formation of the joint, leading to an increase in the potential for shrinkage cracks occurring outside the formed joint. This practice is however, beneficial from an expansive soil perspective in that it reduces the potential for opening of un-reinforced joints associated with heave of the subgrade. Isolation Joints Isolation joints are placed in concrete to separate various elements. For example, an isolation joint is generally used where concrete pavement abuts the building foundation. There is generally no structural connection between the two constructed elements. Construction Joints — Construction joints are required by the contractor to delineate various placement operations. An example of a typical construction joint is the bulkhead at the end of a pour, or the bulkhead used to delineate individual pour strips. Transfer of stress through a typical contraction (saw) joint is a result of interlocking of the concrete aggregate in the non -sawed portion of the joint and the steel traversing the joint. Because the construction joint is formed, there is no interlocking of the concrete aggregate. For this reason, it is recommended that as a minimum, the quantity of contraction steel be doubled through a construction joint. For example, if the contraction steel is equal to #3 bars at 18 inches on -center, it is recommended that additional #3 bars be added, spaced 9 inches from the contraction steel. The added bars should be a minimum of three feet in length centered at the formed joint. Project No. 24537 - 34 - March 15, 2022 R E E 10 B M C-a 1 M- E FR I M (-- CS F9CZ LJF' Alternatively, smooth dowels can be used to increase the amount of reinforcing through the construction joint. The amount of dowel steel varies and should be detailed by the pavement designer. Expansion Joints — Expansion joints are used in concrete to allow for thermal expansion and/or contraction. The thermal coefficient of concrete varies dependent upon the coarse aggregate from approximately 6.6 x 10-6/°F for quartz to 3.8 x 10-6/°F for limestone. The majority of coarse aggregate used in concrete within the North Texas region consists of limestone, therefore the lower value of the thermal coefficient is considered to be applicable. Use of 3.8 x 10-6/017 results in an estimated 0.46 inches of expansion or contraction per 100 feet of concrete per 1001F change in the concrete temperature. Based on the calculation presented for the average plastic shrinkage, the potential for thermal expansion (0.46 inches per 100 feet of concrete per 1000F) is less than the average anticipated plastic shrinkage (0.56 inches per 100 feet of concrete). In conclusion, the above analysis indicates that for the average construction project and where limestone is used for the coarse aggregate, the need for expansion joints is limited. Project No. 24537 - 35 - March 15, 2022 Fl EE E3 BMC-a1 M- EFRIM(-- ESFiaCJF' 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. • Pier construction and concrete placement. Testing: • Earthwork • One test per 5,000 square feet per lift within fills below the buildings. • One test per 10,000 square feet per lift within fills in the paving areas. • One test per 150 linear feet per lift in utility and grade beam backfill. 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. 24537 - 36 - March 15, 2022 I i I_LIJ—LL — I— L L -- _._._. ------------ j 1 ------ I l B 1-� B-19 B-2 1 I I / I 1 B-3 I B-24 j I BUILDING 5 B--4 95, 0 SF 1— _ I I / BeB-23 I� I L J / i I - I' / �B--8 B 20 I I I rB-17� i 1 sui oiNc a B-16 1 143,370 SF N i i,osF -0 B-1f 13-10--�B-13! 1 I rI 1 'a 8-22 B-21 I------ —_ - _-_- _ -_ -- -------- .._._._. n;I i I LEGEND B-24Q� NOTACCESSIBLE DUE TO EXISTING TREES 0 60, 120' 240' REED I ENGINEERING xmccxr.rx uu CROUP whnauu+rx coxsu�rum PLAN OF BORINGS Marine Creek Industrial Marine Creek Parkway Fort Worth, Texas Project No. 24537 PLATE 1 REED ENGINEERING GROUP Marine Creek Industrial Project Number: 24537 Marine Creek Parkway Date Completed : 2/26/2022 Fort Worth, Texas Location: See Plate 1 o Standard Penetration I ests Blows per Foot - o Depth E a Oa (ft) E, m DESCRIPTION OF STRATA 10 20 30 40 50 60 Elev. Pocket Penetrometer Readings (ft) fn 0 Tons Per Sq. - * aaFt. 4 P q 2 5 4-7 + ! i SAND, brown, w/trace of silty clay & gravel, fine to coarse . . ':: (Fill) (SP) SILTY CLAY, dark brown, very stiff to hard, w/trace of calcareous )K concretions (CH) LIMESTONE, tan, hard to very hard, weathered r 5 — 1:00:13I9ws=:1-1/2:inehes — 10 i06 Blows a 1 inch r -w/gray seams below 11' LIMESTONE, gray, very hard 15— — — IOq. Blows = 1 inch Total Depth = 17 feet Dry after 5 minutes. Dry & blocked @ 16' @ end of day. Dry & 20— blocked @ 13-1/2' on 3/2/2022. 25— BORING LOG B-01 PLATE 2 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Project Number: 24537 Date Completed : 2/27/2022 m o o Depth o (ft) E m - u� — 0 Marine Creek Industrial Marine Creek Parkway Fort Worth, Texas DESCRIPTION OF STRATA SILTY CLAY, dark brown, hard, w/trace of calcareous concretions & sand (CH) LIMESTONE, tan, hard to very hard, weathered ZIA 5\/ /. i i� -w/gray below 9' 10�L LIMESTONE, gray, very hard Total Depth = 15 feet Dry after 5 minutes. Dry & blocked @ 13-1 /2' @ end of day. Dry - & blocked @ 14-1/2' on 3/2/2022. 20- 25— BORING LOG B-02 PLATE 3 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Marine Creek Industrial Project Number: 24537 Marine Creek Parkway Date Completed : 2/27/2022 Fort Worth, Texas Location: See Plate 1 o Standard Penetration I ests Blows per Foot - o Depth E a 60 (ft) E, 2 J DESCRIPTION OF STRATA 10 20 30 40 50 60 Elev. Pocket Penetrometer Readings (ft) fn 0 Tons Per Sq. - * aaFt. ! 2 i 4 54-7 + P Yy Yy ' GRAVELLY CLAY, brownish -yellow & light brown, hard, . . b w/limestone sand & gravel (Fill) (CL) SILTY CLAY, dark brown, hard, w/trace of calcareous r concretions & sand (CH) 5— LIMESTONE, tan, hard to very hard, weathered 100 Blows =1 inch 10 100:13Iows =:1-1/21nches -w/gray seams below 11' LIMESTONE, gray, very hard 15— — — 100 Blows1/2:in&h Total Depth = 17 feet Dry after 5 minutes. Dry & blocked @ 16' @ end of day. Dry & 20— blocked @ 15-1/2' on 3/2/2022. 25— BORING LOG B-03 PLATE 4 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Marine Creek Industrial Project Number: 24537 Marine Creek Parkway Date Completed : 2/26/2022 Fort Worth, Texas Location: See Plate 1 o Standard Penetration I ests Blows per Foot - Depth E (ft) m o a o6 N E, - DESCRIPTION OF STRATA 10 20 30 40 50 60 Elev. Pocket Penetrometer Readings (ft) fn (7 Tons Per Sq. - * aaFt. 2 4 5P 4-7 + ! i / SILTY CLAY, brownish -yellow & light brown, hard, w/trace of sand & gravel (CL - CH) . . LIMESTONE, tan, hard to very hard, weathered ' _ 5 — 100 Blows: ? inches — 10�L — 1:00:13I6ws=:1-i12:inches — LIMESTONE, gray, very hard 0 ' ' 10a Blows = 1 inch 74 100 Bldws= 1/2iinch 20 — Total Depth = 20 feet Dry after 5 minutes. Dry & blocked @ 18-1 /2' @ end of day. Dry & blocked @ 16' on 3/2/2022. 25— BORING LOG B-04 PLATE 5 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Marine Creek Industrial Project Number: 24537 Marine Creek Parkway Date Completed : 2/27/2022 Fort Worth, Texas Location: See Plate 1 Standard Penetration I ests Blows per Foot - o o Depth E a o 10 20 30 40 50 60 Elev. (ft) J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ft) fn (7 Tons Per Sq. Ft. - * f SILTY CLAY, brown, w/limestone sand & gravel (Fill) (CH - CL) ! 2 .4 � . 4.7++ SILTY CLAY, dark brown, hard (CH) Ar -w/trace of calcareous concretions @ 4.5' _ 5� LIMESTONE, tan, hard to very hard, weathered TOO Blows = 1-1/2 inahe's r 100 Blows a 1 inch 10— LIMESTONE, tan, hard to very hard, w/calcareous clay seams, weathered LIMESTONE, gray & tan, hard to very hard, weathered LIMESTONE, gray, very hard 15— — — 1Oa Blows =:1 inch Total Depth = 18 feet 20— Dry after 5 minutes. Dry & blocked @ 16' @ end of day. Dry & - blocked @ 16' on 3/2/2022. 25— BORING LOG B-05 PLATE 6 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Marine Creek Industrial Project Number: 24537 Marine Creek Parkway Date Completed : 2/25/2022 Fort Worth, Texas Location: See Plate 1 o Standard Penetration I ests Blows per Foot - Depth E (ft) o a 60 E, 2 J DESCRIPTION OF STRATA 10 20 30 40 50 60 Elev. Pocket Penetrometer Readings (ft) fn 0 Tons Per Sq. - * aaFt. 4 P 4.7 + ! 2 5 i SILTY CLAY, dark brown, very stiff to hard, w/trace of calcareous . . concretions (CH) / CALCAREOUS CLAY, light brown, w/limestone seams (severely weathered limestone) (CL) J LIMESTONE, tan, hard to very hard, weathered r 10 't06 Blows a 1 inch -w/gray seams below 11' LIMESTONE, gray, very hard 15— — — 100 Blows= 1/2:in&h Total Depth = 17 feet Dry after 5 minutes. Dry & blocked @ 16' @ end of day. Dry & 20— blocked @ 14-1/2' on 3/2/2022. 25— BORING LOG B-06 PLATE 7 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Marine Creek Industrial Project Number: 24537 Marine Creek Parkway Date Completed : 2/25/2022 Fort Worth, Texas Location: See Plate 1 o Standard Penetration I ests Blows per Foot - Depth E (ft) o a 60 E, 2 J DESCRIPTION OF STRATA 10 20 30 40 50 60 Elev. Pocket Penetrometer Readings (ft) fn 0 Tons Per Sq. - * aaFt. 2 4 5P 4-7 + ! i SILTY CLAY, dark brown & light brown, very stiff, w/some iron . . stains, trace of calcareous concretions & calcareous deposits - (Fill) (CH) SILTY CLAY, dark brown, hard, w/trace of calcareous concretions (CH) 5— - j CALCAREOUS CLAY, light brown, w/limestone seams / (severely weathered limestone) (CL) J LIMESTONE, tan, hard to very hard, weathered 10 100 Blows a 1 inch -w/gray below 11' LIMESTONE, gray, very hard 15— — — 400 Blows = 1 inch Total Depth = 17 feet Dry after 5 minutes. Dry & blocked @ 16' @ end of day. Dry & 20— blocked @ 16' on 3/2/2022. 25— BORING LOG B-07 PLATE 8 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Marine Creek Industrial Project Number: 24537 Marine Creek Parkway Date Completed : 2/25/2022 Fort Worth, Texas Location: See Plate 1 o Standard Penetration I ests Blows per Foot - o Depth E a 60 (ft) E, 2 J DESCRIPTION OF STRATA 10 20 30 40 50 60 Elev. Pocket Penetrometer Readings (ft) fn 0 Tons Per Sq. - * aaFt. 2 4 5P 4.7 + ! i SILTY CLAY, dark brown & brown, hard, w/trace of sand & gravel . . (Fill) (CH) SILTY CLAY, dark brown, hard, w/trace of calcareous concretions (CH) LIMESTONE, tan, hard to very hard, weathered 1:00:BIows=:1-11 /2:inehes 5�L / r — — LIMESTONE, gray, very hard 100 Blows a 1 inch 10 190 Blows:= 112 in0h Total Depth = 15 feet Dry after 5 minutes. Dry & blocked @ 14' @ end of day. Dry & - blocked @ 14' on 3/2/2022. 20- 25— BORING LOG B-08 PLATE 9 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Marine Creek Industrial Project Number: 24537 Marine Creek Parkway Date Completed : 2/25/2022 Fort Worth, Texas Location: See Plate 1 o Standard Penetration I ests Blows per Foot - o Depth v o (ft) m N E, - DESCRIPTION OF STRATA 10 zo so ao so so Elev. Pocket Penetrometer Readings (ft) fn (7 Tons Per Sq. - * aaFt. 2 4 5 ! i P 4-7 + CLAYEY SAND, brown & reddish -brown, w/trace of gravel . . (Fill) (SC) Ar SILTY CLAY, dark brown, hard, w/trace of calcareous concretions & sand (CH) LIMESTONE, tan, hard to very hard, weathered 5 , — 100 Blows = 1 inch — LIMESTONE, gray, very hard 10 160 Blows112in.ch 190 Blows:112 in0h Total Depth = 15 feet Dry after 5 minutes. Dry & blocked @ 14' @ end of day. Dry & - blocked @ 14' on 3/2/2022. 20- 25— BORING LOG B-09 PLATE 10 GEOTECHNICAL CONSULTANTS -� REED ENGINEERING GROUP Marine Creek Industrial Project Number: 24537 Marine Creek Parkway Date Completed : 2/26/2022 Fort Worth, Texas Location: See Plate 1 o Standard Penetration I ests Blows per Foot - o Depth C L v a o (ft) m N E, - DESCRIPTION OF STRATA 10 zo so ao so so Elev. Pocket Penetrometer Readings (ft) fn (7 Tons Per Sq. - * aaFt. 4 ! 2 i 5P 4"7++ SILTY CLAY, dark brown, hard (CH) . . -- -w/calcareous deposits @ 3' LIMESTONE, tan, hard to very hard, weathered 5 — 400 Blows = 1 inch — 10 100 Blows a 1 inch 1Q0 Blows:= 4 inches -w/gray seams below 16' LIMESTONE, light gray, very hard 20— — — 1©0 Blows= 1/2:inch Total Depth = 22 feet Dry after 5 minutes. Dry & blocked @ 20-112' @ end of day. Dry 25— & blocked @ 20' on 3/2/2022. BORING LOG B-10 PLATE 11 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Marine Creek Industrial Project Number: 24537 Marine Creek Parkway Date Completed : 2/26/2022 Fort Worth, Texas Location: See Plate 1 o Standard Penetration I ests Blows per Foot - o Depth E a Oa (ft) E, m DESCRIPTION OF STRATA 10 20 30 40 50 60 Elev. Pocket Penetrometer Readings (ft) fn 0 Tons Per Sq. - * aaFt. q 4 5P 4.7 + ! 2 i SILTY CLAY, brown, w/limestone sand & gravel (Fill) (CL - CH) . . _F SILTY CLAY, dark brown, hard, w/trace of calcareous concretions (CH) LIMESTONE, tan, hard to very hard, weathered 5 - 100 Blows = 1 inch - 10 i06 Blows a 1 inch LIMESTONE, gray, very hard ' 10a Blows -:1 inch 15 400 Blows = 1 inch 20 - Total Depth = 20 feet Dry after 5 minutes. Dry & blocked @ 19' @ end of day. Dry & blocked @ 19' on 3/2/2022. 25- BORING LOG B-11 PLATE 12 GEOTECHNICAL CONSULTANTS -� REED ENGINEERING GROUP Project Number: 24537 Date Completed : 2/27/2022 m o o Depth o (ft) E m - u� — 0 5 �L Marine Creek Industrial Marine Creek Parkway Fort Worth, Texas DESCRIPTION OF STRATA SILTY CLAY, dark brown, hard (CH) -w/trace of limestone particles & fragments below 1.5' LIMESTONE, tan, hard to very hard, weathered LIMESTONE, gray, very hard 10 �L Total Depth = 15 feet Dry after 5 minutes. Dry & blocked @ 14' @ end of day. Dry & - blocked @ 14' on 3/2/2022. 20- 25— BORING LOG B-12 PLATE 13 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Marine Creek Industrial Project Number: 24537 Marine Creek Parkway Date Completed : 2/27/2022 Fort Worth, Texas Location: See Plate 1 o Standard Penetration I ests Blows per Foot - o Depth E a 60 (ft) E J DESCRIPTION OF STRATA 10 20 30 40 50 60 Elev. Pocket Penetrometer Readings (ft) fn (7 Tons Per Sq. - * aaFt. 4 P 4-7 + ! 2 5 i SILTY CLAY, dark brown, hard, w/trace of calcareous . . concretions (CH) LIMESTONE, tan, hard to very hard, weathered r 5 — 1:00:Blows=:1-11/2:inehes — -w/some calcareous clay seams @ 7' 10 100 Blows a 1 inch r -w/gray below 11' LIMESTONE, gray, very hard 15— — — IOq. Blows = 1 inch Total Depth = 17 feet Dry after 5 minutes. Dry & blocked @ 16-1/2' @ end of day. Dry 20— & blocked @ 16-1/2' on 3/2/2022. 25— BORING LOG B-13 PLATE 14 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Marine Creek Industrial Project Number: 24537 Marine Creek Parkway Date Completed : 2/27/2022 Fort Worth, Texas Location: See Plate 1 o Standard Penetration I ests Blows per Foot - o Depth E a 60 (ft) E, 2 J DESCRIPTION OF STRATA 10 20 30 40 50 60 Elev. Pocket Penetrometer Readings (ft) fn (.9 Tons Per Sq. - * aaFt. 4 P 4-7 + ! 2 5 i /SILTY CLAY, dark brown, very stiff, w/trace of calcareous concretions & sand (CH) . . LIMESTONE, tan, hard to very hard, weathered ' _ 5 - 400 Blows = 1 inch - -w/clay seams @ 6' 10 �L - 160 Blows:= 3 inches - LIMESTONE, gray, very hard ' 10a Blows -:1 inch 15 100 Bldws= 1/2iinch 20 - Total Depth = 20 feet Dry after 5 minutes. Dry & blocked @ 18-1 /2' @ end of day. Dry & blocked @ 18' on 3/2/2022. 25- BORING LOG B-14 PLATE 15 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Marine Creek Industrial Project Number: 24537 Marine Creek Parkway Date Completed : 2/27/2022 Fort Worth, Texas Location: See Plate 1 o Standard Penetration I ests Blows per Foot - o Depth a o (ft) m N E, -� DESCRIPTION OF STRATA 10 zo so ao so so Elev. Pocket Penetrometer Readings (ft) fn (7 Tons Per Sq. - * aaFt. 4 P 4-7 + ! 2 5 i s 1/ SILTY CLAY, dark brown, hard (CH) . . LIMESTONE, tan, hard to very hard, weathered r 5 — — -w/calcareous clay seams below 7' 10 �L 1:00:BI6ws=:2-i/2:in' -"s — — LIMESTONE, gray, very hard . 10a Blows =:1 inch 15 400 Blows = 1 inch 20 — Total Depth = 20 feet Dry after 5 minutes. Dry & blocked @ 19-1/2' @ end of day. 25— BORING LOG B-15 PLATE 16 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Marine Creek Industrial Project Number: 24537 Marine Creek Parkway Date Completed : 2/27/2022 Fort Worth, Texas Location: See Plate 1 o Standard Penetration I ests Blows per Foot - o Depth a o (ft) m N E, - DESCRIPTION OF STRATA 10 zo so ao so so Elev. Pocket Penetrometer Readings (ft) fn (7 Tons Per Sq. - * aaFt. 4 P 4-7 + ! 2 5 i s 1/ SILTY CLAY, dark brown, hard (CH) . . -w/trace of limestone fragments below 1.5' LIMESTONE, tan, hard to very hard, weathered r 5 - - 10 �L 1:00:B16ws=:1-i12:inches - - -w/gray below 14' . 15�L LIMESTONE, gray, very hard - 10a Blows-1 inch - 400 Blows = 1 inch 20 - Total Depth = 20 feet Dry after 5 minutes. Dry & blocked @ 18-1/2' @ end of day. 25- BORING LOG B-16 PLATE 17 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Marine Creek Industrial Project Number: 24537 Marine Creek Parkway Date Completed : 2/27/2022 Fort Worth, Texas Location: See Plate 1 o Standard Penetration I ests Blows per Foot - Depth E (ft) o a 60 J DESCRIPTION OF STRATA 10 20 30 40 50 so Elev. Pocket Penetrometer Readings (ft) fn (7 Tons Per Sq. - * aaFt. 2 4 5P 4-7 + ! i / SILTY CLAY, dark brown (CH) . . LIMESTONE PARTICLES & FRAGMENTS, warbrown silty 3 clay (GP) LIMESTONE, tan, hard to very hard, weathered 5 r — — -w/trace of calcareous clay seams below 9' 100 Blows a 1 inch 10 - r - LIMESTONE, gray, very hard ' 10a Blows —:1 inch 15 400 Blows = 1 inch 20 — Total Depth = 20 feet Dry after 5 minutes. Dry & blocked @ 18' @ end of day. 25— BORING LOG B-17 PLATE 18 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Marine Creek Industrial Project Number: 24537 Marine Creek Parkway Date Completed : 2/27/2022 Fort Worth, Texas Location: See Plate 1 o Standard Penetration I ests Blows per Foot - o Depth a o (ft) m N E, -� DESCRIPTION OF STRATA 10 zo so ao so so Elev. Pocket Penetrometer Readings (ft) fn (7 Tons Per Sq. - * aaFt. 4 P 4-7 + ! 2 5 i s 1/ SILTY CLAY, dark brown, hard (CH) . . LIMESTONE, tan, hard to very hard, weathered r 5 — — -w/gray seams below 9' i06 Blows a 1 inch 10 15�L LIMESTONE, gray, very hard — 10a Blows- 1 inch — 400 Blows = 1 inch 20 — Total Depth = 20 feet Dry after 5 minutes. Dry & blocked @ 19' @ end of day. 25— BORING LOG B-18 PLATE 19 GEOTECHNICAL CONSULTANTS -� REED ENGINEERING GROUP Marine Creek Industrial Project Number: 24537 Marine Creek Parkway Date Completed : 2/27/2022 Fort Worth, Texas Location: See Plate 1 o Standard Penetration I ests Blows per Foot - o Depth E a 60 (ff) E, 2 J DESCRIPTION OF STRATA 10 20 30 40 50 so Elev. Pocket Penetrometer Readings (ft) fn 0 Tons Per Sq. - * aaFt. 4 P 4-7 + ! 2 5 i SILTY CLAY, dark brown & brown, very stiff, w/trace of sand & . . gravel (Fill) (CH) SILTY CLAY, dark brown, hard, w/trace of calcareous concretions (CH) - LIMESTONE, tan, hard to very hard, weathered 1i00i13lows=i1-/2iinches 5�L / r — — 10Q Blows a 1 inch 10 — Total Depth = 10 feet Dry after 5 minutes. 15- 20- 25— BORING LOG B-19 PLATE 20 GEOTECHNICAL CONSULTANTS -� REED ENGINEERING GROUP Project Number: 24537 Date Completed : 2/27/2022 m o o Depth o (ft) E m - u� — 0 Marine Creek Industrial Marine Creek Parkway Fort Worth, Texas DESCRIPTION OF STRATA SILTY CLAY, dark brown, very stiff to hard, w/trace of calcareous concretions (CH) LIMESTONE, tan, hard to very hard, weathered 5 10 Total Depth = 10 feet Dry after 5 minutes. 15- 20- 25— BORING LOG B-20 PLATE 21 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Marine Creek Industrial Project Number: 24537 Marine Creek Parkway Date Completed : 2/27/2022 Fort Worth, Texas Location: See Plate 1 o Standard Penetration I ests Blows per Foot - o Depth E a 60 (ft) E J DESCRIPTION OF STRATA 10 20 30 40 50 so Elev. Pocket Penetrometer Readings (ft) fn (7 Tons Per Sq. - * aaFt. 4 5 P ! 2 I i 4"7++ SILTY CLAY, light brown, hard, w/some calcareous clay seams 8 . . . . trace of calcareous deposits (CL) -- -w/trace of limestone fragments @ 3' LIMESTONE, tan, hard to very hard, weathered 5 — 1:00:Blows=:1-11/2:inehes — 100 Blows a 1 inch 10 — Total Depth = 10 feet Dry after 5 minutes. 15- 20- 25— BORING LOG B-21 PLATE 22 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Marine Creek Industrial Project Number: 24537 Marine Creek Parkway Date Completed : 2/27/2022 Fort Worth, Texas Location: See Plate 1 o Standard Penetration I ests Blows per Foot - o Depth E a 60 (ff) E J DESCRIPTION OF STRATA 10 20 30 40 50 so Elev. Pocket Penetrometer Readings (ft) fn (7 Tons Per Sq. - * aaFt. 4 ! 2 i 5P 4"7++ SILTY CLAY, dark brown, very stiff to hard (CH) . . -- -w/trace of limestone @ 3' LIMESTONE, tan, hard to very hard, weathered 5 — 100 Blows:= 2 inches — 100 Blows a 1 inch 10 — Total Depth = 10 feet Dry after 5 minutes. 15- 20- 25— BORING LOG B-22 PLATE 23 GEOTECHNICAL CONSULTANTS -� REED ENGINEERING GROUP Project Number: 24537 Date Completed : 3/1/2022 m o o Depth o (ft) E m - u� — 0 5 10 �L Marine Creek Industrial Marine Creek Parkway Fort Worth, Texas DESCRIPTION OF STRATA SILTY CLAY, dark brown, very stiff to hard, w/trace of calcareous concretions (CH) LIMESTONE, tan, hard to very hard, w/calcareous clay seams, weathered LIMESTONE, tan, hard to very hard, weathered LIMESTONE, gray, very hard 15 �L 20 Total Depth = 20 feet Dry after 5 minutes. Dry & blocked @ 18' @ end of day. 25— BORING LOG B-23 PLATE 24 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Project Number: 24537 Date Completed : 3/1/2022 m o o Depth o (ft) E m - u� — 0 Marine Creek Industrial Marine Creek Parkway Fort Worth, Texas DESCRIPTION OF STRATA SILTY CLAY, dark brown, very stiff, w/some calcareous concretions (CH) -w/limestone fragments below 3' LIMESTONE, tan, hard to very hard, w/calcareous clay seams, weathered 5 \ LIMESTONE, tan, hard to very hard, weathered _ LIMESTONE, gray, very hard 15 \/ 7 -w/medium gray below 19' 20 Total Depth = 20 feet Dry after 5 minutes. Dry & blocked @ 19' @ end of day. 25— BORING LOG B-25 PLATE 25 GEOTECHNICAL CONSULTANTS REED ENGINEERING REED ENGINEERING GROUP Project Number: 24537 Marine Creek Industrial GROUP Completed: 2/26/2022 Marine Creek Parkway Date Com P Fort Worth, Texas Location: See Plate 1 Fill d o L SPT N VALUE® Type of Fill )eptt n a o 10 20 30 40 60 60 Elev. (ft) E 0 DESCRIPTION OF STRATA (ft) Pocket Penetrometer Readings Tons Per Sq. Ft. - 3� J 2 3 45 4.5*. SAND, brown, w/trace of silty clay & gravel, fine to coarse Clay (CL) (Fill) (SP) (LL<50) SILTY CLAY, dark brown, very stiff to hard, w/trace of calcareous concretions (CH) ' Clay (Cl LIMESTONE, tan, hard to very hard, weathered (LL>50) — - SILT : (LL<50)0) 100 Blows-:1-:1/2 inches 5 SILT (MH) CLAYEY SAND (SC) :100 Blows = 1:inoh: SILTY SAND -w/gray seams below 11' 1 LIMESTONE, gray, very hard SAND - _ - (SP-SW) CLAYEY GRAVEL (GRAVELLY CLAY) 5- _ - - o Qa GRAVEL T :100 Blows = 1:inch O ® (weathered) Total Depth = 17 ft SHALE Dry after 5 minutes. Dry & blocked @ 16' @ end of day. Dry & blocked (unweathered) @ 13-1/2' on 312/2022. (weathered) LIMESTONE (unweathered) ®(weathered) SANDSTONE • (unweathered) BORING LOG B-01 PLATE 2 GEOTECHNICAL CONSULTANTS UNDISTURBED STANDARD (Shelby Tube& PENETRATION NX-Core) TEST Q = Water level at time of drilling. THD CONE DISTURBED PENETROMETER 1 = Subsequent water level and date. TEST KEYS TO SYMBOLS USED ON BORING LOGS PLATE 26 GEOTECHNICAL CONSULTANTS RFFII FNGINEERING 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 27 GEOTECHNICAL CONSULTANTS — F 4 E E L] E r -1 CG 1 r -1 E E F7 1 1-1 I-- [-- FSO LIP GEOTECHNICAL INVESTIGATION MARINE CREEK INDUSTRIAL MARKINE CREEK PARKWAY FORT WORTH, TEXAS Summary of Classification and Index Propertv Tests Percent Moisture Liquid Plastic Plasticity Passing Boring Depth Content Limit Limit Index No.200 No. feeD PI Sieve B-2 1.5 - 3.0 19.3 -- -- -- -- 3.0 - 4.5 16.9 59 26 33 92 B-3 0.0 - 1.5 9.7 31 16 15 48 1.5 - 3.0 27.3 -- -- -- -- 3.0 - 4.5 23.6 -- -- -- -- B-5 1.5 - 3.0 28.8 70 28 42 -- 3.0 - 4.5 22.7 -- -- -- -- B-6 1.5 - 3.0 33.3 -- -- -- -- 3.0 - 4.5 24.3 -- -- -- 4.5 - 6.0 22.5 58 28 30 -- B-7 0.0 - 1.5 26.1 56 23 33 90 1.5 - 3.0 25.1 -- -- -- -- 3.0 - 4.5 23.2 -- -- -- -- 4.5 - 6.0 25.4 -- -- -- -- B-8 0.0 - 1.5 27.7 54 25 29 89 1.5 - 3.0 20.0 53 21 32 -- 3.0 - 4.5 24.3 -- -- -- -- B-9 0.0 - 1.5 7.3 28 15 13 29 B-10 1.5 - 3.0 11.7 -- -- -- -- SUMMARY OF LABORATORY TEST RESULTS PLATE 28 F4 E E L 1 E r1 CG 1 1-1 E E F7 1 1-1 I-- [-- FSO LIP GEOTECHNICAL INVESTIGATION MARINE CREEK INDUSTRIAL MARKINE CREEK PARKWAY FORT WORTH, TEXAS (Continued) Summary of Classification and Index Property Tests Percent Moisture Liquid Plastic Plasticity Passing Boring Depth Content Limit Limit Index No.200 No. feet �1 �) yNI PI Sieve B-11 0.0 - 1.5 18.8 45 21 24 94 1.5 - 3.0 15.1 55 22 33 92 B-19 1.5 - 3.0 24.4 -- -- -- -- 3.0 - 4.5 20.7 -- -- -- -- B-21 1.5 - 3.0 11.1 -- -- -- -- B-22 1.5 - 3.0 23.3 -- -- -- -- B-23 1.5 - 3.0 20.8 67 24 43 -- B-25 1.5 - 3.0 24.3 66 24 42 -- SUMMARY OF LABORATORY TEST RESULTS PLATE 29 Yti- la�4 If I I I I I I I S I T / I / I / I r 4 �1 r ter_ GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105450 Revised July 1, 2011 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Marine Creek Distribution Center STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105450 Revised July 1, 2011 CITY OF FORT WORTH FORT WORM, WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11 fi-24 lApprovall Spec No. lClasssification I Manufacturer I Model No. National Spec I Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) 07/23/97 33 05 13 Urethane I lvdroohilic Waterston As, hi Koavo K.K. Adeka Ultra -Scat P-201 ASTM D2240fD412 D792 04 26 00 3305 13 Offset Joint for 4' Dim. MI I I lanson Concrete Products Drawina No. 3540(W8-001 04 26 00 33 05 13 Prorilc (iaskcl for 4' Diam. MII. Press -Seal Gaskcl Corn. 250-46 (iaskcl ASTM C-443/C-361 SS MI I 1 26 99 33 05 13 I IDPE Manhole Adiustmenl Rines Ladlech, Inc HOPE Adiustmm( Rine Traffic and Non-lrallic area 5 1305 33 05 13 Manhole Exlemal Wtan Canusa - CPS WtuvidScal Manhole Encapsulation System Water & Sewer - Manholes & Bases/Fiber-lass 33-39-13 (1/8/13) 1/26/99 333913 IFiberelass Manhole I Fluid Containment, Inc. Flowlile ASTM 3753 Non-lraflic arcs OR/30/O6 33 39 13 Fibcrelass Manhole L.F. Manufacturing Non -traffic arcs II Water & Sewer - Manholes & Bases/Frames & Covers/Rectanvular 33-05-13 (Rev 2/3/1(Il I 33 05 13 IManand hole I`— Covers I West— Iron Works, Bass & I lays Foundry 1001 24"x40" \VD I Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) 33 05 13 Manholc Frames and Covers Western Iron Works, Bass & I lays Foundry 30024 24" Dia. 3305 13 Manholc Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. 08/24/18 33 05 13 Manhole Fmmes and Covers Neenah Foundry R-1272 ASTM A48 & AASI [TO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASI [TO M306 30" Dia. 33 05 13 Manhole Frames and Covers Sigma Corporation MII-144N 33 05 13 Manhole Framcs and Covers Sigma Corporation MII-143N 33 05 13 Manhole Framcs and Covers Pont-A-Mousson GTS-STD 24" dia. 33 05 13 Manhole Fr— and Covers Neenah Castro¢ 24" dia. 10/31,06 33 05 13 Manhole Framcs and Covers (I Inured) Powerscal I Inured Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 33 05 13 Manhole Fram c and Covers Saint-Oobain Pioclines (Pamrexirexus) RE32-R8FS 30" Dia. 01,31,06 33 05 13 30" Dia MII Rine and Coucr East Jordan Iron Works V1432-2 and V1483 Designs AASIITO M306-04 30" Dia. 11,02,10 33 05 13 30" Dia MI I Rine and C-er Sigma Corporation M111651 FWN & M1116502 30" Dia 07/19/11 33 05 13 30" Dia MII Rine and C'oucr Star Pine Products M1132FTWSS-DC 30" Din 08/10/11 33 05 13 30" Dia. MI I Rine and Cewcr Awucast 220700 I leavv Uric with Gasket Rine 30" Dia 30" ERGO XL Assembly 1011.13 330113 30" Dia. MI I Rine and Coucr (I lined & Lockable) East Jordan Iron Works with C'.am Lock/MP1C/T-Gasket ASS[ ITO M105 & ASTM A536 30" Dia 0601 17 34 05 13 30" Dia. MI I Rine and Coucr (Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. 12,05/23 34 05 13 30" Dia. MI I Rine and Coucr (I lined & Lockable) CI SIP Industries 4267WT-1linecd (32") ASTM A 48 30" Dia. CAP -ONE: 30-VI'W, Composite, w/ Lock 09/16,19 3305 13 30" Diu. MH Rine and Cwer Composite Access Products. L.P. w/u Hina 30" Dia. 100721 340513 30" Dia. MH Rine and Cover "1'rumbull Manufacturine 32"(30') Frame and Cover 30" Dia. I Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure TiLht 33-05-13 (Rev 2/3/16) * 3305 13 Manhole Frames and Covers Pont-A-Mousson Pamtiaht 24" Dia. • 3305 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 3305 13 Manhole Frames and Covers Western Iron Works.Hass & Haw Fourche 300-2411 24" Dia. * 330513 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 3305 13 Manhole Frames and Covers Awucast RC-2100 ASTM A 48 24" Dia. 04,20/01 3305 13 Manhole Frames and Covers (SIMSerampore Industries Private Ltd. 300-24-23.75 Rine and Cwer ASTM A 48 24" Dia. I Water & Sewer - Manholes & Bases/Precast Concrete Ctev 1/8/131 3339 10 Manhole. Precast Concrete Hvdro Conduit Cora SPI. Item #49 ASTM C 478 48" ` 3339 10 Manhole. Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C- 43 48" 09/23/96 3339 10 Manhole. Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 12/05/23 333910 Manhole. Precast Concrete I'he Turner Comoanv 72" I.D. Manhole w/32"Cone ASTM C478 72" 05/08/18 333910 Manhole. Precast Concrete 1'he'Wrner Company 48"1I60"I.D. Manhole w/32"Cone ASTM C478 48". 60" ,earnUle, 51" Upening and F let top, (Nn 09/03/24 3339 10 Manhole. Precast Concrete Oldeastle Precast Inc. Transition Cones) ASTM C 478 48" to 84" I.U. 06,09/10 3339 10 Manhole. Precast (Reinforced Polvmer)Conerete US Composite [live Reinforced Polymer Concrete ASTM C-76 48" to 72" 09/06,19 33 39 20 Manhole. Precast Concrete Forterra Pioe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 I" & 72" 10/07/21 323920 Manhole. Precast Concrete Forterra Pine and Precast 48"LD. Manhole w/32"Cone ASTM C-77 48" 100721 333920 Manhole. Precast (Reinforced Polymer) Concrete Annoroek 48"& 60' 1D. Manhole w/32" Core 48"&60" 10 07 21 33 39 20 Manhole. Precast (Hybrid) Polymer & PVC Geneva Pioe and Precast (Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" N. Traffic Areas ASTM C-478; ASTM C-923; 03/07/23 33 39 20 Manhole, Precast Concrete AmcriTcx Pine and Products. LUC 48" & 60" I.D. Manholew/32" Cone ASTM C-443 03/07/23 33 39 20 Manhole, Precast (Reinforced Palmer) Concrete P3 Polumcrs, Rockl Iardccn 48" & 60" I.D. Manhole w/32" Cone 04/28/07 Manhole, Precast (Reinforced Palmer) Concrete Amitwh USA Mesa Polvcrcte Pine I Sewer -(WAC)Wastewater Access Chamber 33 39 40 I For use when Std. MH cannot be 12/29/23 333920 Wastewater Access Chamber Ouickstream Solutions. Inc. 'Igoe 8 Maintenace Shaft(P000it) installed due to death I Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious ` F.1-14 Manhole Rehab Systems Ousdex 042301 F.1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP HI-14 Manhole Rehab Systems AP/M Permaform 4,20/01 HI-14 Manhole Rehab System Strone Company Strove Seal MS2A Rehab System 5/12,03 FI-14 Manhole Rehab System(Liner) Triplex Lining System MH repair oroducr to stop infiltration ASTM D5813 08/30/06 I General Concrete Repair FlexKrete Technologies Vinyl Polvester Repair Product Misr. Use From Original Standard Products List FORT WORTH,, CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 (Approval Spec No. IClasssification I Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious 1 05/20/96 HI-14 Manhole Rehab Systems Spraynxl, Spray Wall Polyurethane Coating ASTM D639/D790 1 121401 Coating for Corrosion omtcetion(Exteria) ERTECI I Series 20230 and 2100 (Asohatic Emulsion) Structures Only 01,31,06 Coatings for Corrosion Protection Chesterton Arc 791, S1I IB, SI, S2 Acid Resistance Test Sewer Anplications 1 8/28/20 6 Coatings for Corrosion Protection Warren Envimnmental S-301 and M-301 Sewer Applications 33 OS 16, 33 39 10, RR&C Dampp—fing Non-Fit—d Spray For Extotia Coating orconactc U3/19/1R 333920 Coating for Corrosion protection(Exterior) Sherwin Williams tirade(Asnhatic Emulsion) Structures(hdv I Water & Sewer - Manhole Inserts - Field Operations Use Onlv (Rev 2/3/16) 33 05 13 Manhole Inser Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. 1 3305 13 Manhole Inser South Wectom Packaging Made to Order- Plastic ASTM D 1248 For 24" dia. 1 " 3305 13 ManholeI.— Noflo -Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 3305 13 Manhole Insal Southwestern Packing & Seals, Inc. LifeSaver - Stainless Steel For 24" dia 1 09/23/96 3305 13 Manhole Inset Southwcstcm Packing & Seals, Inc. TcthaLok - Stainless Steel For 24" dia I Water & Sewer - Pine Casino, Spacers 33-05-24 (07/01/13) 11,"02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 1 02,02,93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI UM22,87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 1 09/14,10 Stainless Steel Casing Spacer Pipeline Scal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14,10 Coated Steel Casin Spacers Pipeline Scal and Insulator Coated Steel Casing Spacers Up to 48" US/10/11 Stainless Steel Casing Spacer Po —cal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Suioless Steel) FB-12 Casing Spacer (Coated Carbon Steel) 03/19/18 Casing Spacers BWM fa Net pressure, Pipe and Grouted Casing 03/29/22 3305 13 Casing Spacers CC[ Pipeline Systems CSC12, CSS12 Per Manufacturers Requirements (Sewn 09/03/24 3305 13 Casing Spacers Raci (Completely HDPH) Applications Only) 8" - 12" (Sewer Only) I Water & Sewer - Pines/Ductile Iron 33-11-10(1/8/13) " 33 11 1U Ductile Imp Pipe (iriffin Pipe Products, Co. Super Bell-Titc Ductile Imn Pressure Pipe, AWWA C150. C151 3" thm 24" 08/24/18 33 I1 10 Ductile Imp Pipe American Ductile Iran Pipe Co. American I tite PiDLe(Be11 SPP r) � AWWA C150, C151 4" thru 30" 1 08/24/18 33 11 10 Ductilc Imp Pipe, American Ductile Imp Pipe, Co. American Flex Ring (Itestmined m) AWWA C150, C151 4" thru 30" 1 " 33 1110 Ductile Imn Pipe U.S. Pipe and Foundry Co. AWWA C150, C151 1 " 33 1110 Ductile Imp Pipe Mewane Cast Iron Pipe Co. A1VW'A C150, C151 I Water & Sewer - Utility Line Marker (08/24/2018) I Sewer - Coatin s/En— 33-39-60 (Ill /08/13) 1 OZ25/02 Hpoxv Lining Svstem Sauereisen, Inc SmerGard 21ORS LA County#210-1.33 I7,14/01 Fvmv lining Svstem Enech Technical Cautious Hrtech 2030 and 2100 Series 1 04/14/05 Interior Ductile Iron Pipe Coating Induron Protect. 401 ASTM B-117 Ductile Iron Pipe Only 1 01,31,06 Coatings for Corrosion Protection Chesterton Are 791. SI HB, St. S2 Acid Resistance Test Sewer Applications 1 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications I 1 I Sewer - Coatin i sMolvurethane I Sewer - Combination Air Valves 1 05/25/18 I 33-31-70 (Air Release Valve A.R.I. USA, Inc. D0251AT02(Composite Bob) I Sewer - Pines/Concrete • F.1-04 Cone. Pipe. Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * F.I-04 Conc. Pipe. Reinforced Hydro Conduit Corporation Class I I I -I&G. SIT Item #77 ASTM C 7b F.1-04 Conc. Pipe. Reinforced Hans. Concrete Products ASTM C 76 EI-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 I Sewer - Pine Enlarnment Svstem (Method)33-31-23 (01 /18/13) Svstem PIM Corporation I'olvethylene PIM Carp., Piscata Way. N.J. ApprovedPreviously11,1M McConnell Systems I Mcl st Construction Polye hylene Hous on,'I'exas Approved Previously I'RS Systems Trenchless Replacement Svstem Polyethylene Calgarv, Canada Approved Previously I Sewer - Piue/Fibernlass Reinforced/ 33-31-13(1/8/13) 1 7/21,97 3331 13 Cent. Cast fiberglass (FRP) Hobos Pipe USA, Inc. Hobos Pipe (Non -Pressure) AS"I'M 133262/133754 1 03/22,10 3331 13 Fiberglass Pipe (FRP) Ameron B.odstrand RPMP Pipe ASTM 133262/133754 1 04/09/21 3331 13 Glass -Fiber Reinforced Polymer Pipe (FRP) I'hernmen Pipe Group Thompson Pipe (Flowtite) ASTM 133262/133754 ASTM D3262, ASTM D3681, 03/07/23 333113 Fiberglass Pipe (FRP) Future Pipe Industries Flberstrung FRP ASTM D4161, AWWA M45 ASTM D3262, ASTM D3517, 09 03 24 3331 13 Fiberglass Pipe (FRP) Superlit Boru Sanayi A.S. Superlit FRP ASTM 3754, AWWA C950 " From Original Standard Products List 2 CITY OF FORT WORTH FORT WORM, WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11fi-24 (Approval Spec No. IClasssiFcation Manufacturer Model No. National Spec Size Sewer - Pioe/Pollvmer Pioe 4,14,05 (Polymer Modified Concrete Pipe Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V 06 09 10 hl-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Sewer - PIDes/11DPE 33-31-23(1 /8/13) * High -density polyethylene Dive Phillips DriscoDive. Inc. ODtiwre Ductile Polyethylene Pipe ASTM D 1248 8" * High -dens itvvolvethylene Dive Plexco Inc. ASTM D 1248 8" * High -density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8" High -density polyethylene pipe CSR Hydro ConduiVPipeline Systems McConnell Pipe Hnlargment ASTM D 1248 Sewer - PIDeS/PVC (Pressure Sewer) 33-11-12 (4/l/13) 12/02/11 33-II-I� DR -Id PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AWWA C900 4"thrul2" 10/22/14 33-I I-12 IDR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4' th. 12" Sewer - PIDeS/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pipe J-M Manufacturing, Co., Inc. (JM 1-4gle) SDR-26 (PSI15) ASTM I) 3034 4" - 15" 12123/97* 33-31-20 PVC Sewer Pive Diamond Plastics Corporation SDR-26 (P3115) ASTM D 3034 4" thru 15" • 33-31-20 PVC Sewer Pipe I..a. VVIon Pipe SDR-26 (PS115) ASTM D 3034 4" thru 15" 12,05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe SDR-26 (PSI15) ASTM D3034 4" thru 15" 12,05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18" * 33-31-20 PVC Sewer Piyi J-M ManufacturiR>\Co, Inc. (JM Fagle) PS 115 ASTM F 679 18"-28" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastcs Corporotion PS 115 ASTM F-679 18" to 48" 04,27/06 33-31-20 PVC Sewer Fittings Ha— SDR-26 (PS 115) Gasket Fittings ASTM D-3034, D-1784, etc; 4" - 15" 33-31-20 PVC Sewer Fittings Plastic Trends, Inc.( Westlake) Gasketed PVC Sewer Main Fittings ASTM D 3034 1 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24" 1 3/19/2018 33 31 20 PVC Sewer PpPe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15" 1 3/29/2019 33 31 20 Gasketed Fittmgs (PVC) GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 3331 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4"- IS" 1 10/22/2020 33 31 20 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 AS'I'M D3034 4"- 15" 1 10/21/2020 3331 20 PVC Sewer Pipe NAPCO(Westlake) SDR 261'S 115 ASTM F-679 18"-36" * From Original Standard Products List FORT WORM, (Approval Spec No. Classsification Water - Annur enances 33-12-10 (07/01 /13). 09/03/24 33-12-10 Double Strap Saddle 01,18/18 33-12-10 Double Strap Saddle 08/28/02 Double Strap Saddle 0723 12 33-12-10 Double Strap Service Saddle 03 07 23 334240 Double Strap Service Saddle 10/27/87 Curb Stuns -Ball Meter Valucs 10/27/87 Curb Stops -Hall Meter Valves 1/25/2018 33-12-10 Curb Stops-Rall Meter Valves 5/25/2018 33-12-10 Curb Sons -Ball Meta Valves 5/25/2018 33-12-10 Curb Slops -Ball Meta Valucs 1/25/2018 33-12-10 Curb Stops -Hall Meter Valves 5/25/2U18 334240 Curb Slops -Ball Me. Valucs 5/25/2018 33-12-10 Curb Slops -Ball Meta Valves Ol 2600 Coated Tannin¢ Saddle with Double SS Straps 0/5 21 12 33-12-25 Tanning Slecre (Coaled Steep 03 29 22 33-12-25 Tanning Slecre (Comcd or Stainless Sleep 05 loll Tapping Slecve (Stainless Steep 02 29 12 33-12-25 Tapping Slecve (Coaled Steep 02 29 12 33-12-25 Tapping Slecvc (Stainless Steep 02 29 12 33-12-25 Tapping Slecve (S(ainless Steep 05 ]on Joint Rcpair Clamp Plastic Meter Box w Composite Lid Plastic Meer Box w Composite Lid 083006 Plastic Meta Box w Composite Lid Concrete Meta Box Concrete Meter Box Concrete Meta Box Water - Bolts, Nuts, and Gaskets 33-11-05 (01108113) None Water - Combination Air Release 33-31-70 (01/O8/13) * E1-11 omb]na(ioonn Release Valve * 1-11 AAir 11,Eombr Release Valve * E1-11 Combination Air Release Valve Water - Dry Barrel Fire Hvdrants 33-12-40 (01/15/14) 10/O1/87 E-1-12 Dry Barrel Fire hydrant 03/31,88 E-1-12 Dry Baacl Firc Ilvdran( 09 30 87 E-1-12 Dry Barrel Fire I lydranl Ol 1293 E-1-12 Dry Barrel Fire IWdran( 08 24 88 E-1-12 Dry Barrel Fire Ilvdranl E-1-12 Dry Barrel Fire Ilvdranl 09 24 87 E-1-12 Dry Barrel Fire I lvdranl 101487 F-1-12 Dry Harrel Fire Hvdmnt O1/15/88 E1-12 Dry Barrel Fire hydrant 10 09 87 E-1-12 Dry Barrel Fire I Ivdmn( 09 16 87 E-1-12 Dry Barrel Fire I lydranl 08 1216 33-1240 Dry Barrel Fin I lydranl Water - Meters 0.0193 E1W-5 Detector Check Meter 08/05/04 Magnetic Drive Vertical Turbine CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Manufacturer Model No. National Spec Size Ford Meter Box Co., Inc. 202H 1 "-2" SVC, up to 16" Pipe Roman 202NS Nylon Coated AWWA C800 1 "-2" SVC, up to 24" Pipe Smith Blair 4317 Nylon Coated Double Strap Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1 "-2" SVC, up to 24" Pipe Powerscal 3450AS, Incl. Corp. Stn. Dbl Strap. Stainless NSF ANSI 372 1"-2" SVC, on to 24" Pine McDonald 6100M,610OMT & 610MT 3/4" and 1" McDonald 4603B. 4604B. 6100M, 61091'M and 6101 M I''/a"and 2" FB600-7NI„ FBI600-7-NI„ FV23-777-W-NI, Ford Meter Box Co., Inc. 1.22-771,11, AWWA C800 2" FB600-6-NL, FB1600-6-NL, FV23-666-W- Ford Meta Box Co.. Inc. NL L22-66NL A1VW'A C800 1-1/2" FB600-4NL, FB16004-NL, B11-444-WR- Ford Meta Box Co., Inc. NL, B22444-WR-NL, L28-44NL AWWA C800 1" B-25000N, B-24277N-3, P-20200N-3, H- AWWA C800, ANSF 61, Mueller Co., Ltd. 15000N„ H-1552N. H142276N ANSI/NSF 372 2" B-25000N, B-2020ON-3, B-24277N-3,I1- AWWA C800, ANSF 61, Mucllcr Co., Ltd. 15()O()N, 11-14276N, I I-15525N ANSVNSF 372 1-1/2" B-25000N, B-20200N-3,I1-15000N, II- AWWA C800, ANSF 61, Mucllcr Co., Ltd. 15530N ANSVNSF 372 1" JCM Industries, Inc. #406 Double Band SS Saddle 1 "-2" Taps on up to 12" JCM Industries, Inc. 412 Tanning Sleeve ESS AWWA C-223 Up to 30" w 12" Out JCM Industries. Inc. 415 Tanning Sleeve AWWA C-223 Concrete Pipe (olv Powerscal 3490AS (Flange) & 3490MJ 4"-8" and 16" Rom. FTS 420 AWWA C-223 U n to 42" w 24" Out Rom. SST Stainless Steel AWWA C-223 Up to 24" w 12" Out Romac SST III Stainless Steel AWWA C-223 Up to 30" w 12" Out Powerscal 3232 Bell Joint Repair Clamp 4" to 30" DFW Plastics Inc. DFW37C-12-I EPAF FTW DFW Plastics Inc. DFW39C-12-]EPAF FTW DFW Plastics Inc. DFW65C-14-1 EPAF FTW Class "A" Bass & I la, CMB37-B121118 LID-9 Bass & Hays CMB-18-Dua1 1416 LID-9 Bass & Hays CMB65-B65 1527 LID-9 CA Industries, Inc. Empire Air and Vacuum Valuo, Model 935 ASTM A 126 Class B, ASTM A 1"& 2" Multiplex Manufacwring Co. Crispin Air and Vacuum Valves, Model No. 1/2" 1 " & 2" Valve and Primcr Corp. APCO 4143C, #145C and #147C 1", 2" & 3" American -Darling Value Drawing Nos. 90-18608, 94-18560 AWWA C-502 American Darling Value Shon Drawing N. 94-18791 AWWA C-502 Clow Corporation Shop Drawing No. D-19895 AWWA C-502 American A VK Company Model 2700 AWWA C-502 Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 ITT Kmnodv Valve Shop Dmw]ng No. D-80783FW AWWA C-502 M&I I Valve Comnam, Shoo Drawing No. 13476 AWWA C-502 Shop Drawings No. 6461 Mueller Company A423 Centurion AWWA C-502 Shop Drawing FI I-12 Mueller Company A423 Super Centurion 200 AWWA C-502 U.S. Pine & Foundry Shoo Drawing No. 960250 AWWA C-502 American Flow Control (AFC) Water- Pacer WB67 AWWA C-502 EJ (East Jordan Iron Works) Wa(erMaster 5CD250 Amax Company I Model 1000 Detector Check Valve I AWWA C550 I 4" -10" I less ey Magnetic Driuc Vertical AW1VA C701, Class 1 3 4" - 6" * From Original Standard Products List CITY OF FORT WORTH FORT WORTH,, WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11 fi-24 lApprovall Spec No. lClasssification I Manufacturer I Model No. National Spec I Size Water - Pines/PVC (Pressure Water) 33-31-70 (01 /08/13). AWWA C900, AWWA C605, 12,05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 ASTM DI784 4"-16" AWWA C900, AWWA C605, 120523 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18 ASTM DI784 16"-18" AWWA C900, AWWA C605, 09 03 24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14 ASTM DI784 4"-16" AWWA C900, AWWA C605, 09 03 24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR18 ASTM DI784 16"-18" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" 3/19/2018 331112 PVC Pressure Pipe Pivelife Jet Stream DR18 AWWA C900 16"-24" 5/25/2018 3311 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24" AWWA C900-16 UI, 12 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Cm, Inc tblua JM Eagle DR 14 F 61 ANSI NSF' 4"-28" FM 1612 AWWA C900-16 UI, 12 6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d b a JM Eagle DR 18 ANSI NSF SF 61 16"-24" FM 1612 9/62019 331112 PVC Pressure Pipe Underground Solutions Inc. DR 14 P.M. PVC AWWA C900 4"-V 9/62019 331112 PVC Pressure Pipe NAPCOffcadake) DR18 AWWA C900 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4"-12" 9/62019 331112 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"-12" Water - Pioes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13) 07/23/92 EI-07 Ductile Irno Fittings Star Pipe Products, Inc. Mechanical Joint Fillings AWWA C153 8L C110 • EI-07 Ductile Iron Fittings Griffin Pine Products, Co. Mechanical Joint Fittin AWWA C 110 ' EI-07 Ductile Iron Fittings Mowane/Tyler Pipe Union Utilities Division Mechanical Joint Fillings, SSB Class 350 AWWA C 153, C 110, C III 08/11/98 EI-07 Ductile Irno Fittings Sigma, Co. Mechanical Joint Fillings, SSB Class 351 AWWA C 153. C 110. C 112 02/26/14 EI-07 MJ Fittings A-t Class 350 C-153 MJ Fittings AWWA C153 4"-12" 05/14,98 EI-07 Ductile Iron Joint Restraints Ford Meta Box Co. Uni-Flange Uni-Flange Series 1400 AWWA C111 C153 4" to 36" 05/14,98 EI-24 PVC Joint Restraints Ford Meta Box Co. Uni-Flange Uni-Flange Series 1500 Circlo-Lock AWWA C111 C153 4" to 24" 11,09/04 El-07 Ductile Iron Joint Restraints Ore Bolt, Inc. One Bolt Restrained Joint Fitting AW WA C111/C116 C153 4" to 12" 02,29/12 33-11-11 Ductile Irno Pine Mechanical Joint Restraint EBAA Item. Inc. Megalug Series 1100 (for DI Pipe) AW WA C111/C116 C153 4" to 42" 02,29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iten, Inc. Megalug Series 2000 (for PVC Pipe) AW WA C111/C116 C153 4" to 24" 08/05/04 El-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC10 AWWA C111 C153 4" to 10" 03/0&19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma (Mo-Lok SLCS4 - SLCS12 AWWA C111 C153 4" to 12" 08/05/04 El-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AWWA C111 C153 12" to 24" 08/10/98 El-07 MJ Fittings(DIP) Sigma, Co. Sigma(Mo-Lok SLDE AWWA C153 4"-24" 10/12,10 E1-24 Interior Restrained Joint System S 8h B Twhncial Products Bulldog Syslom ( Diamrntd Lok 21 & JM ASTM F-1624 4" to 12" 08/1&06 El-07 Mechanical Joint Fillings SIP Indusuiec(Seramr,ore) Mechanical Joint Fillings AWWA C153 4" to 24" 11,07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AW'1VA C111 11,07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products. Inc. DIP Stargrip Series 3000 ASTM A536 AVV %VA C111 EZ Grip Joint Restraint (EZD) Black For DIP 0119118 3341-11 Mechanical Joint Retainer Glands SIP Induslries(Scramnore) ASTM A536 AW'1VA C111 3"-48' EZ(hip Joint Restraint(EZD) Rod for C9 C900AS"I'M 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries Seram ( pore) DR14 PVC Pipe A536 AWWA CIII 4"-12" EZ(irip Joint Restraint(EZD) Red for C90(1 03 19 18 33-11-11 Mechanical Joint Retainer Glands SIP Industries Serom ( pore) DR18 PVC Pipe ASTM A536 AWWA Cl 11 16"-24" From Original Standard Products List 5 FORT WORTH,, CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST (Approval Spec No. lasssification Manufacturer /ICnn ient Seated Gate Water - Pines aloes & Fittis/Resil J alve* 33-12-20 (05/13/151 Resilient Wedaad Gate Valve w no Gears American Flow Control 1213/02 Resilient Wedae Gate Valve American Flow Control 08/31,99 Resilient Wake Gate Valve American Flow Control 05/18/99 Resilient Wake Gate Valve American Flow Control 10/24,00 HI-26 Resilient Wake Gate Valve American Flow Control 08/05/04 Resilient Wake Gate Valve American Flow Control 05/23/91 1,,1-26 Resilient Wake Gate Valve American AVK Comoanv 01,24/02 1,,1-26 Resilient Wedue Gate Valve American AVK Comoanv * 1,,1-26 Resilient Seated Gate Valve Kennedy * 1,,1-26 Resilient Seated Gate Valve M&H * 1,,1-26 Resilient Seated Gate Valve Mueller Co. 11,08/99 Resilient Wake Gate Valve Mueller Co. 01,23/03 Resilient Wake Gate Valve Mueller Co. 05/13/05 Resilient Wake Gate Valve Mueller Co. 01,31,06 Resilient Wedge Gate Valve Mueller Co. 01,28/88 1,,1-26 Resilient Wake Gate Valve Clow Valve Co. 10/04,94 Resilient Wake Gate Valve Clow Valve Co. 11,08/99 HI-26 Resilient Wake Gate Valve Clow Valve Co. 112904 Resilient Wedge Gate Valve Clow Valve Co. 11 3012 Resilient W=Q(raw Valve Clow Valve Co. 05/08/91 EI-26 Resilient Senlcd Gate Valvc Stockham Valves & Fittings * E1-26 Resilient Scaled Gate Valve U.S. Pioc and Foundry Co. 102616 33-12-20 Resilient Seated Gate Valve F:J(F.ast Jordan Iron Works) 8/24/18 Mateo Gate Valve Matro-Noroa I Water - Pines/Valves & Fittinns/Rubber Seated ButterW Valve 33-12-21 (07/10/14). * FI-30 Rubber Seated Hutterflv Valve Henry Pratt Co. * FI-30 Rubber Seated Hutterflv Valve Mueller Co. I 1199 FI-30 Rubber Seated Hutterflv Valve Dezttrik Valves Co. 06 1203 FI-30 Valmatic American Hutterly Valve Valmatic Valve and Manufacturing Coro. 04,06,07 FI-30 Rubber Seated Hutterfly Valve M&H Valve 0319 18 33 1221 Rubber Seated Hutterflv Valve G. A. Industries (Golden Anderson) 09 03 24 33 1221 Rubber Seated Hutterflv Valve American AVK Comoanv I Water - Polvethvlene Encasement 33-11-10 (01 /08/13). Model No. Series 2500 Drawine 4 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 Metmseal 250. rewirementt SPL #74 rJ Fl—Ma tvr Gat. V.N. & Be.. 225 MR Valmatic American Hutterflv Valve. M&H Stvle 4500 & 1450 AWWA C504 Butterfly Valve AWWA C504 Butterfly Valve Class 250H Updated: 11-6-24 National Spec Size 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 Cl 15/An21.15 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 I 05/12,05 HI-13 Polyethylene Encasment Fl—ol Packaaina Fulton Enterorises AWWAC105 05/12,05 h1-13 Polyethylene F:neasment Mountain States Plastics (MSP) and AFT Ind. Standard Hardware AWWA C105 05117,05 FI-13 Polyethylene Encasment AFT Industries Hullstronubv Cowtown Holt&Casket AWWA C105 09106,19 I 33-I1-1I Polyethylene Eneasment Northtown Products Inc. PF Encasement for DIP AWWA C105 16" 30" and 36" 20" and 24" 16" 4" W 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" Tmc 3) 4" - I 3" m 16" 4" to 16" 24" 24"and smaller 24" and laraer Uo to 84" diameter 24" to 48" 30"-54" I" - 48" 8 mil IAA 8 mil IAA 8 mil I,I D 8 mil I,I.D 03/07/23 Water - Samuline Station 33 12 50 lWater Sampling Station Ku ferle Foundry Cum any Fclipse, Number 88 12-inch Depth of Bury As shown in spec. 33 12 50 99:02;34 9&43.60 Wase go.p4g-6FeEien This product removed Water -Automatic Flusher HG6-A-I N-2-HRN-I.PR R(Portable) 10/21/20 Automated Flushing System Mueller H�'(Iroauard HG2-A-IN-2-PVC-018-I,PI,G(Permanent) 04/09/21 Automated Flushing System Kupralc Foundry Company Eclipse #9800— 04/09/21 Automated Flushing System Kupralc Foundry Company Eclipse #9700 (Portable) I The Fort Worth Water Department's Standard Products List has been developed to minimhe the submittal review ofproducts which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part ofthe Construction Contract Documents, the requirements ofthe "technical Specification will override the Fort Worth Water Department's Standard Spadfications and the Fort Worth Water Department', Standard Products List and approval ofthe specific products will be based on the requirements ofthe'I'whnical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Yellow Ilighlight indicates recent changes * From Original Standard Products List 6 FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 2/4/2025 I erete I Class AJSidewe�, ADA Ramos, Driveways,Curb/Gutter Median Pavement) 19/9/2022 03 30 OU Mirz Ue Ip, American Covcrete Company 30CAF029 3000 psi C.­­for Sidewalk. & ADA Ramps 3-5" Slump; 3-6% Av 1612412124 03 3001 Mi. De, p Big Town Concrete 302050-1 3000 psi Concrete for Cubs and Sidewalks 31" Slump, 3-6%Ab 19/9/2022 03 30 00 M. De I, Bumco Tex.. 30U101AG 3000 psi Co ,c Ie M, for Flatwork 3-5" Slump; 3-696 - 14/12024 03 30 00 Mi. Dls Bumco Texas 3OU500BG 3000gsi Concrete Mu for Sidewalks 3-5" Slump, 3-6% Ai, 19/92022 033000 Mm Design Carder Concrete FWCC502001 3006 psi for Sidewalk., Driveways, Ramps, Cmb &Gutter, Elatwork 3-5" Slump; 3-6 Ai, 19/92022 03 30 00 Mi. Design Carder ConmUe FWCC502021 3500 psi concrete for Sidewalks, Drivewaj'�, Ramps, Cmb &Gutter 3-5" Slump. 3fi%Air 19/92022 03 30 00 M. Design Chisholm Trail Redi Ma C13020AE 3000 psi Concrete for Driveways, Cmb &Gutter 3-5" Slump; 4.5-7.5%Au 19/92022 03 30 0 M& Des' City Conmete Comp?4)' 30HA20R 3000 psi Concxeta Mi, fr Bloc ' Sidewalks, F7stwork, Pads 3-5" Slump, 36%Air 19/92022 033000 0 Ma Degrg�n Cow Town Redi Min 253-W 3000 psi Concrete Mix Sidewa0. ,ADA Ramps, Driveways, Curb &Gutter, Safety End Treatments, Nov-TxDOT RGammg Wall. 3-5" Slump; 3-6% Av 19/92022 03 30 00 Miz DIP, Cow Town Redi Mi. 250 3000 psi ConmUe Mi. f., Sidewalks, Driveways, ADA Ramps 3-5" Slump, 36%Air 19/9/2022 03 30 00 M. Desrgo Cow Town R.MLx 350 3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps 3-5" Slump; 3-6% Ai,11/29/2024 03 30 00 Mu DeslP,p Estrada Ready Mi. R3050AEWR 5.00 Sacks / 3,000 psi Concrete for Sidewalks, Ramps, Inlets, and Manholes 3-5" Slump, 36%Air 19/9/2022 03 30 00 M. Design GCH Concrete Services GCH4000 4000 psi Concrete for for Sidewalks, Ramps, Headwalls, mkts, and Storm Dram S.­3-5" Slump; 3-6 n' %A 19/9/2022 03 30 00 Miz D.0 Holcim - SOR, Inc 1261 3000 psi Concrete Mix f., Sidewalks 3-5" Slump, 36%Air 19/23/2024 03 30 00 M. Design Hokim - SOR, Inc. 5177 3000 Ni Concrete M. for Sidewalks, Curbs and Gutters 3-5" Slump; 36%An 19/9/2022 03 30 00 Mu Desjp Holcim - SOR, Inc. 5409 4000 Ni Concrete Mu for Sidewalks, inlets 3-5" Slump, 36%Air 14n2023 03 30 00 M. Design Liquid Stove C301D 3,000 psi Concrete for Sidewalks, Approaches, and Driveways 3-5" Slump; 36%Ai, 19/92022 033000 3 30 00 Mi. Design Martin Marietta R2136214 3,000 psi Concrete for Sidewalks & Ramps 3-5" Slump, 36%Air 19/92022 033000 M. Design Mart. Marietta R2136014 3,000 psi Concrete for Sidewalks & Ramps 3-5" Slump; 36%Air 14/12023 03 3000 Mi. Des�p Martin Marietta R2136N14 5.00 sacks / 3,000oncrete fr Sidewalks 3-5" Slump. 3-6%Ab 16/12023 03 3000 M. De I, Marts Marietta R2136FL20 3,000 psi Cof _­Ti,iSrdewally; and Ramp. 3-5" Slump; 3-6%Au 16/1/2023 03 30 00 Mac Desp Marlin M.M. R2136N20 3,000 psi Concrete fr Sidewalks and Rampns 3-5" Slump. 3-6%Ab 11122022 03 3000 M. Desrg, Man. Marietta R2141K24 4,000 p.r Covcrete for Ju,aio, Boxes, Sidewahrs and Ramps 3-5" Slump; 3fi%Au 14/7/2023 03 30 00 Mi. Design Marlin Marietta R2136K14 3,000 psi conmae f,, sidewalks and rumps 31" Slump, 36%Air 19/9/2022 03 30 00 M. Design Mart. M—uu R2131314 3,000 psi Co—te for Sidewalk, & Ramps 3-5" Sh—p; 3fi%Air 19/92022 03 30 00 Mi. Design Marlin Marietta R2132214 3,000 psi Concrete for Sidewalks & Ramps 31" Slump, 36%Air 19/9/2022 03 30 00 M. Design Mart. Marieta D9490SC 3,000 psi Concrete for Sidewalks & Ramps 3-5" Slump; 4.5-7.5%An 110/42023 03 30 00 Mu Des�p NBR Readyy Mi, CLS A-YY 5.00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Cud, & Gutter 3-5" Slump, 36%Ate 110/4/2023 03 30 00 Mac Design NBR R,aAy Mix CLS A -NY 5 00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter 3-5" Slump; 3-6%At, 17/102023 03 30 00 Mi. Desinq M u 30A50MR 5 SK / 3,000 psi Concrete for Sidewalks 3-5" Slump, 36%Ate 11/18/2023 03 30 00 M. Design Rapid Redi M. RRM5020A 3000 psi Concrete f Curb, Gutter, Driveways, Sidewalk, Ramps 3-5" Slump; 3-6%An' 11242023 03 30 00 Mu Des1F Rapid Redi Mi. RRM5525A 3600 psi Concrete for Sidewalks, Approaches, ADA Ramps 3-5" Slump, 36%Air 19/9/2022 -33 30 00 M. Design Redi-Mix IOL11504 6 00 Sacks / 4,000 Ni Concrete Mix for Sidewalks, Curb & Gutter, Sewer Mauhom, Inlets, & Junction Boxes 3-5" Slump; 36%Air 110242024 -D3 30 00 Mu D-01 SRM Concrete 30850 3000 psi Concrete for Sidewalks & ADA Ramps 3-5" Slump, 36%Air 110/24/2024 133 30 00 M. Design SRM Covcrete 30350 3000 Ni Concrete for Sidewalks & ADA Ramps 3-5" Slump; 3-6%Air 110/182024 -D3 30 00 Mu D-0 SRM Concrete 30050 3000 psi Concrete for Sidewalks, Ramps, Inlets, Junction Boxes, Thmst Blocks, Cud, and Gutter, Driveways, Barrier Ramp 3-5" Slump, 36%Air 33000 19/9/2022033000 M. De.igo Tarrant Covcrete FW5025A 3000 Ni Concrete Mu f., Curb & Gutter, Driveway., Sidewalks, ADA Ramps 3-5" Slump; 36%Air 19/9/2022 -33 30 00 Mi. D.i¢p Taaa¢t Concrete CP5020A 3000 psi Covcrete Mix for Cuff and Gutter 3-5" Slump, 36%Air 110/102022 033000 M. Design Tarrant Concrete TCFW5020A 3000 psi Concrete f., Sidewalks 3-5" Slump; 3-6%A,, 19/9/2022 -33 3000 Mi. De101 Tam.it Concrete FW5525A2 3600 psi Concrete Mix for Sidewalks, Drive Approaches, ADA Ramp, Cuff and Gutter 3-5" Slump, 3-6%Ab 19/9/2022 -33 3000 M. D-I, Tim Ready M. 3020AE 3000 psi C.iu=te for Sidewalk. 3-5" Slump; 3-6%Au 19/9/2022 -03 3000 Mi. Me p True Grit Rd i Mix 0250.230 3000 si Concrete Mix for F'latwork, Cmb & Gutter, D i em. Sidewalks, ADA Ramos 31" Slump, 36%Ab 9/92022 sae. 00 D,s6�es, i Mi. 0250.2301 3000 psi Concrete Mix f Cub & Gutter, Driveways, Sidewalks, ADA Rumps 31" Slump, 36%Ab /In� .Y��i, Junction Boxes, casemen/tt ¢. Collars. Lichtoart Foundations) 19/92022 03 30 00 Mae Drsug, America, loncrete Company 40CNF06' 4000 psi Covcrete for Manholes & Ubhty Stu,t 3-5" Slump; 0-3%Au 19/9/2022 03 3000 Mix M p Bumco Texas 40U500BG 4000 psi Concrete Mix fm Storm Drain Structures, Drwewa Screen Walls, Collars 3-5" Slump. 3-6%Ab 19/92022 03 30 00 M. D-I, Cow Tow, Red, M. 255-2 3000 psi Co i=te Mix for Inlets, Thrust Block.g, Co,cree vcas meet 3-5" Slump; 3-6%Au 19/9/2022 03 30 00 Mi. Design Cow Town Redi Mi. 355 3000 psi Concrete Mix fire Liles, Thm,t BI-km, Conmete Encasement 31" Slump, 36%Ab 19/9/2022 03 30 00 M. Design Cow Town Redi M. 255 3500 psi Concrete Mix for Flatwork, I.]..' Th—t Bldg Concrete Encasement 3-5" Slump; 3fi%Au 19/9/2022 03 30 00 Mi. Design Cow Town Redi Mi. 270 5000 psi Conmee Mix fr Cast -in -Place Box Culverts 31" Slump, 36%Air 19/9/2022 03 30 00 M. Design Cow Town Redi M. 370 5000 psi Concrete Mix for Cast -.-Place Box Culverts 3-5" Slump; 3-6%Au 19/92022 03 30 00 Mu DIP Cow Town Redi Mi. 353 3000 psi Concrete Mi. for Sidewalks, ADA Ramoqss, Driveways, Curb & Gutter, Safety End Treamre , Nov-T.DOT Retaining Wags 31" Slump, 36%Ate 19/9/2022 033000 Mi: DmIiu Cow Town Redi M. 257 3600 psi Concree mixfor V,11y Gutters, Lightpole Foundations 3-5"Slum; 3-6%At, 19/9/2022 03 30 00 Miz D-01 Cow Town Redi M& 357 3600 psi Conmee Mi. fr Valle Gutters, Lightpole Foundations 3-5" slum, 36%Air 19/9/2022 03 30 00 M. Design H.1a. SOR, lac. 1701 4000 psi Concrete Mix for Stprm�min Swcmres, Sanitary Sewer Manholes, Junction Box 3-5" Slump; 3-6%An' 19/9/2022 033000 Mix D-01 Holcim-SOR , Ina 1551 3000psi Co uu, M&fr Blockvl$ 3-5"Slump, 3-%Air 3 30 00 19/92022 033000 M. Design Holcmi - SOR, lac. 5409 4000 psi Concrete Mix for Sidewalks, Inlets 3-5" Slump; 3-6%An' 14272023 03300 0 Mu DeslP,p Liquid Smne C361DNFA 3,600 psi Concrete for Retaining wall, drivewa ,junction box apron, approach 3-5" Slump, 36%Air 3 30 00 I9/92022 033000 M. Design Mart. Marietta R2141230 4,000 psi Concrete for Manholes, Inlets & He.Aw.M, Valve Pads 3-5" Slump; 36%Av 3 30 00 18/42023 033000 Mu D-01 Marlin Marietta R2141R24 5.53 Sacks / 4,000 psi Covcrete for Junction Box, Box Culvert, Sidewalks and Ramos. 3-5" Slump, 36%Air 1112M023 033000 M. Design Mart. Marietta R2146R33 60l Sacks/4,000psi Concrete Mix for CIPSewer Manholes 3-5" Slump; 36%Air 111202023 033000 Mi. Desi¢p Martin Marietta R2146K33 6.01 Sacks/4,000 psi Covcrete Mu for CIP Sewer Manholes. 3-5"Slum; 36%Air 19/9/2022 03 30 00 M. Design Mart. Marietta R2142233 3,600 psi Concrete for Manholes, inlets & Headwalls 3-5" Slump; 4.5-7.5%An 19/92022 03 3000 Mi. Desk Marlin Marietta R2136224 3,600 psi Concrete f Curb lulets 31" Slump, 3-6%Ab 19/9/2022 03 3000 M. De I, Martin Marietta R2141233 3,600 psi Covcrete for Storm Structure., inlet., Blmk.g & E,caseme,t 3-5" Slump; 3-6%Au 19/9/2022 03 30 00 Mi. Des�9p Marlin Marietta R2146038 4,500 Ri Concrete fin inlets, Stmm Dmin Stm ,s 31" Slump, 3-6%Ab 110242024 03 3000 M. Desrg, Mart. Marietta R2146K34 4000 psi Co,crete fr inlets, M.iholes, Headwalls, Thmst Blocks, Cullum 3-5" Slump; 3-6%Au 19/122023 033000 Mi. Design NBRR7a Mix CISPI-YY 6.00 Sacks/4,000��{{ggii Co u,te fr C.11m, Manholes, Box Culverts 31" Slum, 36%Air 19/92022 03 30 00 M. Design NBR Ready Mix TX C-YY 3000 psi Concrete Rxix for Curb lulets 3-5" Slum; 3fi%Air 19/92022 03 30 00 Mix Desigu NB Read Mix TX C-NY 3000 psi Conmee Mix f., Cud, lnlels 31" Slump, 36%Air 11/182023 03 30 00 Mu, Desreo Rapid Redi . RRM5320A 3000 psi Concrete fin Blacking 3-5" Slump; 3-6%At, 11/182023 03 3000 M. Design Rapid Redi M,c RRM6020ASS 4000 psi Concrete f., Strom Dim Structures 3-5" Slump; 3-6%Au FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 2/4/2025 I Concrete (Continued) I10/24/2024 03 30 00 Mu Des�P1, SRM Concrete 4000 psi Concrete for Inlets, Manholes, Headwalls, Thrust Blocks, Collars 3-5" Slump. 3-6% Ai, 110/24/2024 03 3000 Ma Des eo SRM Concrete 40U'l 4000 psi Comae for Inlets, Manholes, Headwalls, Thmat Blocks, Collars 3-5" Slump; 3-6%Au I9/l6/2024 03 30 00 Mu D:,p SRM Concrele �403'0 35050 3500 psi Concrete for Tluuat Blocks and Collars 3-5" Slump. 3-6% A'v I9/9/2022 03 30 00 es,gn TarrantCncrete FW5320A 3000 psi Concrete Mix for Blockg 3-5"Slump; 36% Aa 10/]0/2022 03Ma JM.D Des fnewaDa,Culverts,Dr�led par Concrete for Manholes 3-5" Slump; 3fi%A , waDs, N�` Sha ocreteTCFW6025A24000 Willed I Drilled Shafts :919/2022 03 00 Ma Design Bumco Texas 36U500BG 3600 os, Concrete Ma for L¢him¢ and Traffic Sins] Foundations (Dulled Shafts) 5.5-7.5" Slump; 3-6% Av I6/21/2023 03 30 00 Mu Des�P1, Cow Town Redi Mu 360-DS 3600 osi Concrete for Dnff d ShaNLiehtine and Traffic Si ao,l Foundation (Drilled Sh:fb 5.5-7.5" Slump. 3-6% At I10/30/2024 03 30 00 Ma Design Estrada Ready Ma R36575AEWR 3600 osr Concrete for Dolled ShaR/Luthtm¢ and Traffic S,¢ne1 Foundation!Drilled Shafts) 5.5-7.5" Slump; 3-6%An I12/52022 03 30 00 Mu Des0 Hold. - SOR Inc 1822 3600 vsi Concrete for (Dr lW Shafb)/Liehtine and Traffic Sianal Foundations 5.5-7.5" Slump.0-3%Ate I9/92022 03 3000 Ma Design Holcun - SDR, Inc 1859 4000 osr Concrete for fDrRled Shaftsld.i¢hhn¢snd Traffic Si¢nal Foundehons 5.5-7.5" Slump; 3-6% An I4n/2023 03 300 Mu Des�P1, L�:d Stone C361DHR 3.600 osi Concrete for (DrM,d Shuft)/Liehtine and Traffic Slenal Foundations 5.5-7.5" Slump. 3-6% Ai, I6272023 03 3000 Ma Design Manm Manate U2146N41 6.44sacks / 3.600 osi Concrete for (Drilled Shafts) / Lr¢htm¢ and Tmffc S,¢ne1 Foundehons 5-7" Slump; 3-6% Av 16272023 03 300 Mu Des�P1, Martin Marietta U2146K45 6.65 sacks / 3.600 vsi Concrete for (Drilled Shafts) / Liehting and Trefic Signal Foundations 5-7" Slump. 3-6%Ate I8222024 03 30 00 Ma Design NBR Ready Ma 135K2524 3500 osi Concrete for !Drilled Shaft) Li¢htoole Foundehons 5.5" Slump; 3-6% Av I8222024 0``3 30 00 Ma De'a n NBR Ready Ma 135K0524 3500 vsi Concrete for (DrMW Shaft) Liehtvole Foundations 5.5" Slump; 3-6%An I Vther Applications I9/9/2022 03 30 00 Mi Design Ca der Concrete FWCC602001 4000 psi Concrete fr Storm Dmin Structures, Manholes, Headwalls, Retaining Walls, Valley Gutters, Drive AWm hes 3-5" Slump. 3-6%Ate I9/9/2022 03 3000 Ma Design City Conaete Company 40LA2011 4000 par Comae Ma for Stoma Dram Structures 3-5" Slump; 3-6%Au I9/9/2022 03 300 Mu Des�P1, Cow Town Redi Mu 260-2 3600 osi Concrete Mu for Box Culverts, Headwalls 3-5" Slump, 3-6% Av I9/92022 03 3000 Ma Design Cow Town Rah Ma 360-1 3600 psi Concrete Mix for Box Culverts, Headwalls, Wingwalls 3-5" Slump; 3-6% Au I9/9/2022 03 30 00 Mi. Design Cow Town Redi M& 260-1 3600 g/si Concrete Mix for Headwalls 3-5" Slump. 3fi% Air I1292024 03 30 00 Ma Design Estrada Ready Mix R3655AEWR 550 Sacks / 3,600 psi Comae for HeAwAs, Wmgwalls, and Culverts 3-5" Slump; 3-6%Air I9/92022 03 30 00 Mu Desiga GCH Concrele Services GCH4000 4000 psi Concmte for for Sidewalks, Ramps, Headwalls, hdels, and Storm Draw Swctures 3-5" Slump. 3-6% At, I9/92022 03 30 00 Ma Design Hold. - SOP_ Inc. 1851 4500 psi Concise fm Stoon Dram Structures, Hand Placed Pavmg 3-5" Slump; 3-6%Ate I4/12023 03 30 00 Mu D-01 Mann, Marietta 3 JOLBP 3,600 nQ�i Concrele for Reta�' -'9y Walls 3-5" Slump, 4-7%At, I8/30/2023 03 30 00 Ma Desrgo Martm Manata R2141R30 5 85 SK/ 4,000 psi Concrete im Box Culverts & Headwalls 3-5 , SlumP; 3-6% Ah I9/92022 03 30 00 Mu D-01 Mann, Marietta R2146035 4,000 psi Concrete for Manholes, inlets &Headwalls, Valve Pads 3-5" Slump, 3fi% Air I9/9/2022 03 30 00 Ma Design SRM Covmi, 40050 4,000 psi Covaete for Headwalla, Raammg Wall, Collars 3-5" Slump; 3fi%Air I9/92022 03 30 00 Mh' Desp SRM Concrete 35022 3,600 pai Concrete for ]unction Box, Rdan,n,g Walls 3-5" Slump, 3fi%Ate I4/12024 03 30 00 Ma Design SRM Concrete 45050 4500 psi Concrete for Storm Structures 3-5" Slump; 36%Air I9/92022 033.000 00 Mi,Des�"P Tarrant Concrete FW6020A2 4000 psi Concrete Mu for Sturm Draw Structures 3-5" Slump, 36%Air I lass P (Mae... Placed Pavin¢) 1624/2024 3213 13 Mix Desp B? Town Concrete 360060-1 3600 psi Concrde fr Machine Placed Pavl9P L 3" Slump. 3-6%Ate I6242024 32 Ma Dedgv Big Town Concrete 362060-1 3600 psi Conaae for Mach —Placed Pavmg t-3"Slump; 3-6%Au I9/9/2022 32 13 l3 Mi. Desp Carder C.—de FWCC552091 3600 psi for Machine Placed Paving l-3" Slamp. 3-6%Ate I9/92022 3213 13 Ma Design Carder Comae FWCC602091 4000 psi for Machme Placed Pavmg 1-3" Slump; 3-6% Aa I9/9/2022 32 13 13 Mix Desigp Ciry Comae Comp?nv 36LA2011 3600 pin Concrete Mix for Machine Placed Paving L-3" Slump. 36% Air I9/92022 33 13 l3 Ma Design Cow Town Redi Min 257-M 3600 psi Conaae Mix for Machme Placed Paving 1-3" Slump; 3-6 Air 111/142022 3213 L3 Mix Desi¢a Cow Town Rath Mix 357-M 36001si Concrete Mi !.,Machine Placed Paving 13 "Slump. 36%Air I9/92022 3213 l3 Ma Design Cow Town Rati Ma 260-M 4000 psi Cncrae Mix for Machme Placed Paving 1-3" Slump; 3-6 At, I9/92022 32 13 13 Mix Design Cow Town Redi Mix 360-M 4000P�i Concrete Mix fin Machine Placed Pavii'44�� L 3" Slump, 3-6 Air I2/62024 321313 Ma Design Estrada Ready Mix TD3655AEWR 5505acks/ 3,600 psi Cortese li Machine Placed Pavmg 1-3"Slump; 3-6%Av I8/4/2023 321313 Mix Des�p Mann, Marietta Q214IR27 5.69 sacks/4,000 psi Concrete for Machine Placed Paving 13"Stamp, 36%A'v I11/2/2022 32 13 13 Ma Design Mertm Maoata Q214IK30 4,000 psi Concrete for Machme Placed Paving 1-3" Slump; 36o AQ I10/42023 321313 M&Des�p NB R Ready Mix TXCSP-YY 5.50 Sacks/3,600 psi Concrele for Machine Placed Paving 13"Slump, 36%Ate I10/4/2023 32 13 13 Ma Dong i NBR Ready Mix TX C SF -NY 5 50 Sacks / 3,600 psi Concrete for Machme Placed Pavmg 1-3" Slump; 36% Air I10242024 321313 Mix Desi1 SRM Concrete 40068 4000 psi Concrete for Machine Placed Paving 1-3"Slump, 36%Air I10/24/2024 321313 Ma Desopi SRM Cpnmt, 40825 4000NiConcretefn Machine Placed Pav mg 1-3" Stamp;36%Ah 19/162024 321313 Mu Des�p SRM Concie[e 40@5 4000 psi Concrete for Machine Placed Paving 1-3"Slump, 36%Air I l0/182024 32 13 13 Ma Dea,go SRM Coi aete 35023 3600 psi Concrete for Machme Placed Pavmg 1-3" Slump; 36% Air I9/92022 32 13 13 Mu Design Tarrant Concrete FW5520AW 3600 psi Concrete for Machine Placed Paving 1-3" Slump, 36%Ate I9/92022 32 13 13 Ma Design Tme Got Rah Ma 0255.2301 3600 psi Comae Ma for Machme Placed Paving l-3" Slump; 3 5-6 5 % Av I9/9/2022 13 13 Ma Deai Tme Got Red, Ma 0260.2302 4000 psi Conaae Ma for Machme Placed P-on, l-3" Slump; 3 5-6 5% Au 9 I Class R (Ham I Placed � ¢) I9/9/2022 3213 13 Mix Dew American Concrete Company 45CAF076 4500 psi C.—de for Hand Placed Paving 3-5" Slani" 3-'%Ate I52/2023 32 13 13 Ma Dedgv Big D Concrete CM14520AE 4500 psi Comae for Hand Placed Pavmg 3-5" Slump; 3-6%Au I9/9/2022 32 13 l3 Mu Desp B? Town Concrele 452065-1 4500 osi hand placed ,in 31" Slamp, 3-6%Ate I9/92022 32 13 l3 Ma Des,gn Big Town Concrete 450065-1 4500 pai hand placed pavaig 3-5" Slump; 3-6% Aa I9/9/2022 32 13 l3 Mix Desigp Bumco Tenors 45U500BG 4500 psi Concrete Mix fr Hand Placed Paving, Sturm Suneones 3-5" Slumo, 36%Air I9/92022 32 13 13 Ma Des n, Corder Comae FWCC602021 4500 psi concrete for Hand Placed Paving 3-5" Slump; 3-6%Air I9/92022 32 13 L3 Mix Design City Concrete Coi�i�ppany 4SNA206 4500 psi Concrete Mu fr Hand Placed Paving 3-S" Slump. 36% At, I9/92022 3213 l3 Ma Design Cow Town Rali Ma 265 4500 psi Cnaae Mix fr Hand Placed Paving 3-5" Slump; 36%Ate I9/92022 321313 Mix D-01 Cow Town Redi Mix 365 4500 i Concrete Mu fr Hand Placed Pavi'4� 3-5"SI—P,36%Air I.19/2024 321313 Ma Desreo Estrada Ready Mix R4560AEWR/ 600 Sacks/4,500 psi Conc fi Hand Placed Pavmg 3-5"SIumP;46%Ah I9/9/2022 32 13 13 Mix DIPp GCH Concrete Services GCH4500 4500 psi Concrete Hand Placed Paving 3-5" Slump, 36% Air I10/4/2024 321313 Ma Deni;a Holemn SOR, Inc. 5507 4500 psi Concise Hand Paced Paving 3-5"Slump; 36%An' I9/92022 32 13 13 Mh' Des Hold. - SOR, Me. 1851 4500 psi Conaae for Stom, Dian, Structures, Hand Placed Pavia 3-5" Slump, 36% A'v I1122022 32 13 13 Mi. Design Mann, Marietta R2146N35 6.11 sacks /4,500 psi arncrete fin, Hand Pl wPaving, hdds, Mlles, Headwalls 3-5" Slump, 36%Air FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 2/4/2025 I Coserete(Con'inued) 18/4/2023 32 13 13 Mac -es , Marlin Marietta R2146R36 6.17 / 4,500 psi Concrete fr Hand Placed Pavmg 31" Slamp, 3-6%Air I 1 l/22022 32 13 13 Mu Desigv Mart, Maneita R2146N36 4,500 psi Concmte for Head Placed Pavmg 3-5" Slump; 3-6% Au 11l/2/2022 32 13 l3 Mac Dee' Marlin Male, R2146K36 4,500 Concreta fr Hand Placed Pav' a Placed 3-5" Slump. 3-6% Av 15222023 321313 Ma Design Mari, Marietta R2146K37 6.22 sack/4,500 pa Concrete for Head Pavmg 3-5"Slump; 3-6%Au 112/22/2023 32 13 l3 Mi. Deaigp Marlin Marie, R2146R44 6.60 Sachs / 4,500 psi Concrete Mix fr Hand Placed Paving 3-5" Slam,. 36% Air 112/22/2023 32 13 l3 Ma Deaga Mahn Marlette R2146K44 6.60 Sacks / 4,500 psi Concrete Mix for Hand Placed Pavmg 3-5" Slump; 36% Air 111/152022 32 13 l3 M. DesiPA Marlin Marie, R2146136 4,500 ,ei Covcrete fr Hand Placed Paving 3-S" Slump. 36%Air I11/1 S/2022 321313 Ma Deagn Mat, Maneta R2146K36 4,500 psi C..—te for Hand Placed Pavivg 3-5"Slump;3fi%A, 19/92022 32 13 13 Mu Desl�p Marlin Marietta R2147241 4,500 psi Concrete for Hand Placed Paving 3-5" Slamp, 4.5-7.5%Air 19/9/2022 3213 L3 Ma Desgn Mat, Marietta R2146236 4,500 psi Concrete for Hand Placed Pavmg 3-5" Slump; 3fi% An 19/9/2022 32 13 13 Mu Des1P,p Marlin Marietta R2146036 4,500 psi Concrete for Hand Placed Paviaa, Wets 3-5" Slump, 36%Air 19/9/2022 32 13 13 Ma Destgo Mat, Maneta R2146242 4,500 psi Covcrete for Hand Placed Pavmg 3-5" Slump; 3fi% Air 19/92022 32 13 13 Mu Des1P,p Marlin Marietta R2146042 4,500 psi Concrete for Hand Placed Pavio\ 3-5" Slump, 36% Air 110/4/2023 32 13 13 Mu Des,ga NBR Ready Mu CLS P2-YY 6 50 Sacks / 4,500 Ni Concrete for Hevd led Pavmg 3-5" Slump; 3fi% Ah 110/42023 321313 M&Deem NBR Ready Mix CLS P2-NY 6.50 Sacks/4,500 psi Coacrte for Hand Placed Paving 3-5"Slump, 36%Air 17/10/2023 32 13 13 Mu Design Osbum 45A60MR 6SK/4,500 psi Concrete for Hand Placed Paving 3-5"Slump; 3fi%Air 11/24/2023 321313 Mu Desi�p Rapid Redi Mu RRM6320ARP 4500pei Coacretefa Hand Placed Paving 3-5"Slump, 36%Air 11/13/2023 321313 Ma Desigo SRM Covcrete 45023 4500 psi Concrete for Hevd Placed Pavmg 3-5"Stump; 3fi%Air 19/92022 32 13 13 Mu Design SRM Concrete 45000 4500 psi Concrete for Hand Placed Paving 3-5" SI.— 36%Au I10242024 32 13 l3 Mu Desigv SRM Covcrete 45350 4500 psi Cmrree for Hand Placed Pavmg 3-5" Slump; 3-6%Au 110/24/2024 32 13 l3 Mi. Delp SRM Concrete 45850 4500 psi Concrete for Hand Placed Paving 3-5" Slamp, 3-6%Air 110/182024 321313 Ma Desigv SRM Covcrete 45050 4500 psi Covcrete for Hand Placed Pavmg 3-5"Slump; 3-6%Av 19/9/2022 32 13 l3 Mi. Design Ta,aat Concrete FW6020AHP 4500 psi Concrete Mix fr Hand Placed Paving 3-5" Slamp. 3-6 Av 19N2022 32 13 l3 Ma M iga Tartavt Covcrete FW60AHP 4500 pa Cmade Ma for Head Placed Pavivg 3-5" Slump; 3fi%Au 19/92022 32 13 l3 Mi. Design Tavant Concrete TCFW6020AHP 4500 psi Concrete Mix fr Hand Placed Paviaa 3-S" Shav,, 3-%Air 19/92022 3213 L3 Ma Deagn Titan Ready Mix TRC4520 4500 psi Concrete for Hand Placed Pavmg 3-5" Slump; 3fi% Aa 19/92022 32 13 l3 Mie Design True Grit Redi Mie 0260.2301 4500 psi Concrete Mu fr Hand Placed Paving 3-S" Slum,.36% Air 19110. 3213 13 Ma Deagn T1ue Grit Red1 Ma 0265 2301 4500 psi Concrete Mix fr Valley Gutters, Head Placed Paving 3-5" Slump; 3.5-6 5%At, 19/92022 321313 Mix Des True Grit Redi Mix 270.230 5000 psi Concrete for Head Placed Paving 3-5"Slump, 36%Air 110/92024 32 13 13 M. Destgp Wildcatter 4520AI 4500 psi Concrete for Head Placed Paving 3-5" Slam,, 36%Air 1 h". HES (� 77h Earl, Stre th Psvina) 19/92022 3213 13 U. Design Big D Concrete 14500AE 4500 psi Concrete f,, High Early Strength Pavmg 3-5" Slump; 3-6% Au 19/9/2022 32 13 13 Mu Des , Bumco Texas 55U120AG 4000 psi Concrete Mix for High Earl, Strength Paving 3-5" Slamp. 3-6%Air 19/92022 3213 13 M. Desigv Cow Towv Redi Ma 370-INC 4500 psi Covcrete for HES Pavmg 3-5" Slump; 3-696 An 19/92022 32 13 l3 Mu Desigp Cow Tower Rath Mu 375-NC 5000 psi Concrete for HES Paviag 3-5" Slamp, 36%Ah 19/92022 3213 13 Ma M iga Cow Town Ro& M. 370-NC 4500 pa C.—de fr HES Pavmg 3-5" Slump; 3fi% Au '1/182023 321313 Mix Desiga Cow Town Redi Mix 380-NC 4500 g�i Conrreefr HESPav�' ° 3-S"Slump.36%Air 11292024 3213 l3 Ma Deagn Estrada Ready Mix 4575AESC 7 50 Sacks / 4,500 psi 13,000 p (a) 3-day) Covcrete fr HE$ Pavmg 3-5" Slump; 3fi% Av 19/92022 321313 Mix D-01 Holcim -SOR Inc. 2125 5000 psi Concrete for HES Paviaa 3-5"Slump. 36%Air 11/24/2023 3213 13 Ma Deaga Liquid Stone C45 tDHR-A 4500psi Covcrete for HES Pavmg 3-5" Slump; 3fi% At, 14/72023 32 13 13 Mix D-01 Madill Marietta R2161K70 6,000 psi (3,000 psi R 24 hrs.) fr HES Paving 3-5" Slam,, 36%Air 12/10/2023 32 13 l3 Ma De aga SRM Covcrete 50310 5,000 psi Covncrete for HES Pavmg 3-5" Slump; 3fi% Air 19/9/2022 32 13 13 Mis Des'gp SRM Covcrete 40326 4,500 (3,000 \' 3-0ayyss) psi Coacrele for HES Paving 3-5" Slump, 36%Air 19/92022 32 13 13 Mu Design TaranI Concrete FW6520AMR 4500 (3000 psi (d, 3daw) psi HES Pavmg 3-5" Slump; 3fi% An 19/92022 32 13 13 Ma Descp� T-1 Covcrete FW7520AMR 4500 (3000 psi (a, 3daw) psi Covcrete HES Pavmg 3-5" Slump; 3fi% "a I glass S (Bridge Top Slabs of Direct Traffic Cutrerts, Approach Slab&) 19/9/2022 32 13 13 Miz Des Cow Towu Redi Mix 260 4000 psi Covcrete Miz fr Bri��Fl/e Slabs, Box Culvete, Headwalls 3-5" Slump. 3-6%Air 19/9/2022 32 13 13 M. Desigv Cow Towv Redi M. 360 4000 psi Covcrete Mu for Br tlge Slabs, Box Culverts, Headwalls 31" Slump; 3-6% Au 19/92022 32 13 l3 Mu Des , Cow Town Redi Mu 365-STX 4000 psi Concrete for Bridge slabs, t,� slabs ofdiml traffic culverts, apt ach slabs-TXDOT Class S-No Fly Ash 3-5" Slamp. 3-6%Air 11292024 321313 Moe Desiga Estrada Ready Mix R4060AEWR 6.00 Sacks/4,000 pa C.—de fr Bridge Slabs, Top Slabs, and App� cli Slabs 4-6 Slump; 3fi%Au 15/3/2023 32 13 l3 Mil Della Malin Marietta M7842344 4,000 Concrete fr Bddge Deck 3-5" Slam,. 4.5-7.5%Air 14/12023 3213 l3 Ma Deaga Mahn Maneta R2146P33 6.01 s>u'ks / 4,000 psi Covcrete for Bridge Deck 3-5" Shrmp; 3fi% Air 14/152024 32 13 l3 Mu Desiga NBR Readyy Mix TX S-NY S.SO Sacks / 4000yysi Concrete Mix for Class S Slab Paviaa -No Fly Ash 3-S" Slum,. 36% Air 14/152024 32 13 l3 Mvc Deagn NBR Ready Mix TX S-yy 4.50 Sacks / 4000axi Concrete Mix for Class S Slab Pavmg 3-5" Slump; 3fi% At, 15/52023 3213 13 Ma Desig�n SRM Covcrete D100008553CB 4,000 psi Concrete for Bdiidge Approach Slab, Deck Slab 3-5" Slump; 3fi%Air I ipn—is Ba&etrweh Re pair 14/1Air 2022 03 34 16 Mix Dcs IH�co osr Con"w 577" 19/92023 \1_1416 Mi, D,,IN„hr Texas 08Y450BA 800 Ma fo Ht a fr eah Rape? Sllump. 3 61%A%ir I oatro]led Low Sireaat Material 19/9/2022 03 34 13 Mac Design B— OIY690BF 100 psi Concrete Moe for Flowabk Fill Flowable; 8 5-11.5%Air 19/9/2022 03 Mac Desp Carder Coaarete FWCC359101 50-150pal Flowable PW-CLSM 3-5"Slam(, 8-12%Air 19/9/2022 0334 L3 Ma Desigv Ceder Covcrete FWFF237501 So- 150ps,Flowable Fdl-CLSM Flowable;15-11.5%Air 19/9/2022 0334 L3 Mix Des'pp City Concrete Comp,a4y 11-350-FF 50-150p Coaorete Cor Flowable PiO-CLSM Plowable, 8-12%Air 19/92022 11 34 l3 Ma Desiga Cow Town Red, Mhe M.#9 70 pa Rlo able Pdl-CLSM 7-9"Slamp; 8-11%Air 110/42023 0334 13 Mi. Design NBR Ready Mix FTW FLOW FILL 150nsi concrete Cor —able 7-10"Stu 8-12%Air 19/9/2022 03 34 13 Mi.Des— Tairea[Concrete FWFF150CLSM 50- 0 psi Flowable Fill -CLSM £Towable, 2%Ah 14/l/2023 31 37 00 Mbe Des,gn Rt 41030 4,000 psi Concrete for R,pmp 3-5" 51— ; 3-6%Au 1313700 14/l/2023 31 37 00 Moe D.- (Martin Mane to R2146033 4.000 psi Concrete for R.- 3-5" Slump; 3-6%Au 1 A�Ihall Pavia? 19/92022 3112 16 M ve Design Aust, Asphalt FTSB117965 FT5BI17965 PG64-22 Type B F,e Base 19/9/2022 32 12 16 Mu Des , Austin Asphalt FT B139965 FFHH 39965 PG64-22 TyYVIk Fine Hase 19/92024 321216 Ma Desigv Aust, Asphalt FT]B1172 FP1B117.2PG64-22TypeB F,e Be. 15/12024 32 12 l6 Mix Desiap Reynolds As1{halt 340-DG-B P 340-DG-B PG64-22 Ty1� B Base Course 19/92022 3212 l6 Ma Deaga Reyaolds Asphalt 1112B 11012B PG64-22 TypeB A,e Base 19/92022 32 12 16 Mix Desiga Reynolds AA halt 1612B 1612B PG64-22 Tom�,, &&B Pine Base 112/52022 331216 Ma Deaga Suntnount Fav,g 3076BV6422 3076BV6422 P2(; 2i Type B Fine Base 19/92022 32 12 16 Mix Desl�p Samnoant Paving 341-BRAP6422ERG 341-BRAP6422ERG PG64-22 T e H Fine Hase 19/92022 3212 16 Ma Deaga TXBIT 37-211305-20 37-211305-20 PG64-22 Type B e Base 19/9/2022 32 12 16 Mix Des�f, TXHIT 44-211305-17 44-211305-17 PG64-22 Type H Fine Base 19/9/2022 32 12 16 Mi. Desigo TXBIT 211305 (1757) 211305 (1757) PG64-22 Type B Pine Base FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 2/4/2025 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 2/4/2025 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 lmger) 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 Revision Removed Argos, Ingram, Redi-Mix, Chwley DW (1-29-2025) 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.