Loading...
HomeMy WebLinkAboutContract 62869-PM1FORT WORTH CSC No. 62869-PM I PROJECT MANUAL FOR THE CONSTRUCTION OF PAVING & WATER IMPROVEMENTS TO SERVE: DELARA CHASE MULTIFAMILY IPRC Record No. 24-0179 City Project No.105763 FID No. 30114-0200431-105763 EO7685 File No. K-3318 Mattie Parker Jesus "Jay" Chapa Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Lauren Prieur Director, Transportation and Public Works Department Prepared for The City of Fort NVorth April 2025 04/09/2025 OF lie m m a -1 y 90 k *e00 519 E. Border Street * e Arlington, TX 76010 ANDREA E. TAYLOR a I �> www.mmatexas.com 0 124055 cv� ataylor@mmatexas.com OFFICIAL RECORD iPn,,'/CENSG\N tbpe #f-2759 CITY SECRETARY FT. WORTH, TX 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised 0011 13 Invitation to Bidders 03/20/2020 0021 13 Instructions to Bidders 03/20/2020 004100 00 42 43 Bid Fo Proposal Form Unit Price 040:2,12014 05/22/2019 0043 3 0045 11 Bid Ben Bidders Prequalification's 040:2,12014 04/02/2014 0045 12 Prequalification Statement 09/01/2015 0045 13 Bidder Prequalification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law Btisi 04/02/2014 nQ i 00 4 5-40 00 52 43 Mine -ity ess Enterprise Goal Agreement a 06/16/2016 00 61 25 nn� Certificate of Insurance neff ..ma-aee Derma 07/01/2011 0 i�z 00 6:2 14 00 62 19 007:2 00 Pay-..,eft4 Bond Maintenance Bond Generai renditions 0 i�z 01/31/2012 i ii i ii T 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 Preconstruction Meeting 08/30/2013 mini i�ni i 013120 ��z 01 32 33 Pr-ejeet Meetings Preconstruction Video 08/30/2013 013300 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 0157 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised March 20, 2020 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02 - Existing Conditions NONE Division 03 - Concrete NONE Division 26 - Electrical NONE Division 31- Earthwork NONE Division 32 - Exterior Improvements NONE Division 33 - Utilities NONE Division 34 - Transportation NONE CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised March 20, 2020 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httv:Hfortworthtexas.eov/ti)w/contractors/ or httos://apes.fortworthtexas.eov/ProiectResources/ Date Division 02 - Existing Conditions Modified 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 Cefttfelle,l row Strength Mate.-ia (Cr SM , v i z 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 2605 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 260543 TT., rd Du&.---andDeee. ays f-Eleer..;eel Systems 0710T Division 31- Earthwork 3123 16 Unclassified Excavation 01/28/2013 23 23 Beffe n, i 3 31 24 00 Embankments 01/28/2013 31 25 00 3,�1 36 00 ,ter Erosion and Sediment Control dens 12/20/2012 , /zzr20/20i2 , /zzr20/20 3 00 Ripfap Division 32 - Exterior Improvements i 2 3201 17 Permanent Asphalt Paving Repair 12/20/2012 27�4o Te.. pe,.e,.., '1a�l.�alt Pcrrirl�ir �� , 21/20/20, 2 32 01 29 Concrete Paving Repair 12/20/2012 32 1123 Flexible Base Courses 12/20/2012 32 1129 Lime Treated Base Courses 12/20/2012 32 113,31 Ce...en+ Treated Base C,,,,,. , v i z 321137 Liquid Tr-ea4ed fioil t�kiliz� 81i2, i2n�, 5 32 1216 Z7�3 Asphalt Paving n.,,-.1,, r-.,ek 12/20/2012 32 13 13 Sealants k Pa- ing Concrete Paving Q/Q0/20i2 12/20/2012 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/20/2012 32 1373 Concrete Paving Joint Sealants 12/20/2012 32 14 16 BriJr LZ,iit lla Erg , 2Q 0 Q CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised March 20, 2020 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 32 ^7 23 1 1 /22/20i �1-zs P-i�{t'�"LVnt �'�k1ii�S �3 3,2 P. 13 Chain >~e„ees andGates 12/�� 17�v Wire >~enees andCates i2/wiz '27�9 WoodFe.-.ees and C_..tes 12/'zzr20/2012 �'�T3 wt in Place C ne.ete Retaining xxr.,lls 06/05/2018 2'� Topsoil D1 eew „t ead Finiohing e f Paf Ewa- ,., 1 �� /'�, ^�z 32 o2 1 2 K-Yd o M- lehing Seeding, e�a Se,1, ing 1 �/2n/2n1 � �z -rc-r� , , rra-avrzviz Z7�3 Trees and 51.m bs 12/'zzr20/2012 Division 33 - Utilities Testing 22� Sewer 12/7�z 3301 31 and Manhole Closed-Jtwit Ta&yis o (CrTV) laspeetion 20/2012 03/06 22�0 22�0 22�= Bypas3 Ykwering of Existing Sewer- Syste joint B ding and Eleet-;e.,l is la4iof. Ceffesio !-'ent-elToss Stations 17/'zzr20/2012 17/7 z Q/r�-svi12viz 22�2 33 04 30 T,Tag esitim n..o.le Cathodic D,-eteet;o,-. Syste,v. Tom* Q/m-201120 z 07/0T 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 3305 10 Utility Trench Excavation, Embedment, and Backftll 12/12/2016 3305 12 33 nc 13 --�-z� 3305 13.10 Water Line Lowering F-..,v.e, Cover- •7 a Rings ---�..+•—crs 1 n� �eiza >; .ame C, ., ,1 C_,.a Composite n��er-a�-��e��g�-,�e�ite t;VlB exesr n djes,,,. >\a.,+ihl efes Other-StW 12/20/2012 01 /22/2016 01 122/20 6 �� t �� nc 1 n TTz 22�o 22�T 3 2�0 330521 �Tun. eesinlets, ye >�a tm > Gonerete Ala4e.- V..,,1t., Gonerete Go!' .,-- AugeF Bor-ing T 1 T ' � � 12,1� 1 7/zzrzvriviz 17/zzi-20/2012 1 ')1 /' 2 1')'l/'lQ0/20Q 33 05 22 Steel Casing Pipe 12/20/2012 33 05 23 HandTunneling12/20/2012 33 05 24 2 2�o 1��tl��v'� ,,,� of C..f f e,- Pipe i Gass g or- Tunnel Liner- e.- Plate T Tt44y T /T nti/lvvrrizvi3 1 ') /') 33 05 30 i a fke,-s e e. efs Location of Existing Utilities RT 2 12/20/2012 33 1105 33 11 10 Belts s .,-a Gaskets Ductile Iron Pipe QQ0/20i2 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 1 1 1 .,., � � �., �nc�ete�es:13����«������� Pipe xxT,-..ppe.l Steel Cylinder- Type 1') 0/'70 �Q ?i3 11 11 lea Piro wnd FiAings 1'/'�Q c ?311 1., 22�o .. We Stesse,1 Co e.ete Gy4i ,1e,. Pipe Wa4e,. Sef-, ees 1 ;,..el. to 2 i eh 117120/2012 n2/1� ^�1T ZZ�i 33 1220 22�i Large xxT.,te.- Mete,-s Resilient Seated Gate Valve nxx Se..te, 1 7/7 z 12/20/2012 1 33 1225 AL Rubber- BtAteffly Valves Connection to Existing Water Mains 2/ z 02/06/2013 3�- 1230 Co-m-mt.1.a n;,- Va4ye Assemblies es for- Potable Wme,- Systems 1 2QO/ CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS 105763 Revised March 20, 2020 0000 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 33 1240 n Fire Hyd -ant n l�/n2 /2 n 1 n �T 22�0 ct.,.�.da-.1 R1Y..w off Valve Assembly n�/lvvr /2013 22 21 12 Cu-e i Place Pipe (CIPP4 �12/20/2012 �z 22�z Fiberglass Reinfo-ee Pipe for- G;tilmxS,._��,... i2/zr201QW2 22�5 High Density Polyethylene (14PPE) Pip fu-Sanit&r', ce`� 17/7zz201QW2 22 21 20 Polyvinyl Chloride (P3,1 ') r .,,,;ty Cafl taFy seweF Pipe 06/1 n/20 2 2 2�T 1 7 /7r�r2vrz viz pi-pe 2 2�2 C+ "":� o� EIip Lining 1 7 /20,/20 Q 22 3123 CaflitaFy Sewer- Pipe 1~',-ilaFge ffle ft 1 7/'l0 ��/20z 22 21 cn San taFy SeWeF SeFyiee Connections and SeFyiee r ; 04/26/2012 22 21 '70 (`,,,Y,h;.�..,t;,,.,. A iF Valve fOF Canitafy SeWeF F. F6e Mains 12/20/2012 ��z 22 29 10 Gast i Dlaee Gofie ete >\a.,,-.h„les 1 7 �o �/20/20 i 2 z 22�0 D,-oeast !''...- e fete 1\Ranhol1 7/7zzrzvr-2viz 22 3930 n Fiberglass TR,,.-.holes i2/-20i ��/20z 22�0 Wasto..,,,to A ecess Ch.,..,beF (x/ A C) 1 2/7 z 22 3960 EPDXY ; S for- capita SeWeF c+,-,,..t12/20/2012,,, �o � �z 22 41 1 n Reinfor-ee,1 Gone fete ct,,...�, Sewer Pipe,'GuWei4s 07/-2n1 1 �o �/n1z 22�-4-1-11 High Dm—d.b,, Polyethylene (14PP ) Pipe f cG". Dmi-n 12z/7 z2vrzviz 22�z Reinfor-eed Polyethlene / - _ DE1 n�, 1 1 /1 � 2 2�0 ��g€ 1 12/20/2012 22 nti n1 Slotted Ct 07/nl /201 1 �-Tv-vT mmzccrocOli21 ?%:'�17L; mTvzrcv�T 33 4602 Tfench Dminz 07 /n�0 i i- 22�-49 10 CG,'% in Mae Manholes ,,.-.,7 7,,netion 1?&Ees 1 7/2zz2v1/zviz 22�0 (`,,,-1.and rl.-op inlets 12/20/2012 22�0 14ea ..,.,lls and �x7;,-,....,.,lls n'7/n1 Storm D YRlie "� mTvzrcv/201 i1z Division 34 - Transportation 2�1�0 T--.,ff;e C; a s 10/1 5 34 41 1nn1 11 G t 17/14/ W �v-r i�ttuC�3rii�3�A E6atr6a€�'Zz'4}ia€z rtrrvrzvz5 34 41 1np .02 iitt$e�3xxx€iit� �at�9nae�'-Seceifie$ti6n 24 A� �z-i 0.03 Attaehmeat G =twar-e opeeifietation i 3/I 11 11 Tornr,ox��;'r'1� 2 �l�Dz o..,..yi g Tf f-r0 FI g:r 1 7 /7zzrzvrz viz 34 41 15 Reett3gulav IRand Ra�uxg B 11 /gin 2 ^�0 Redeqrlan lklyb -: a Signal 1 1 /�13 34 4 1 20 RE)a&, Illuminatrjn AjoomNkas 1 �� /rr7 avizviz 34 4120.01 Art.-.6a? LED Ili L7amina:r- s ntinti rl�015 24 4120.02 >~ -eew .. LED n,,.,,1.. a , 1 � � 7a���air es 2n n�n02 1 r 06/1 c/2n1 c �tial. �� ���� .�a1�5irrair � �� 24 4130 11n2/2n12 �o �'111trclir�urrl fgrts 3471 13 Traffic Control 11/22/2013 CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised March 20, 2020 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix Page 6 of 6 GG 4.01 Wallabhbj, 4 GC-4.02 Subsurface and Physical Conditions FE-4.✓I LUndogroux Fib-4.AE IIa--arde„s Environmental Condition at Site GG 6.07 I . _ Fib-6.09 Porto and J Tomes 49C—E.21 N sccirsinattiaff GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised March 20, 2020 0011 13 INVITATION TO BIDDERS Page 1 of 3 �101401 [1)0[QlfffRj INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of Delara Chase Multifamily Project Number 105763 ("Project") will be received by the City of Fort Worth via the Procurement Portal htti)s:Hfortworthtexas.bonfirehub.com/portal/?tab=oven0pportunities, under the respective Project until 2:00 P.M. CST, Thursday, December 12, 2024. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the Mezzanine (CH_MZ10_12) located in the new City Hall, 100 Fort Worth Trail, Fort Worth, TX 76102. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: htti)s://fortworthtexas.bonfirehub.com/aortal/?tab=ot)enOpportunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non -responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. SUPPORT CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 105763 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 2 of 3 For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en- us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Paving and Water Improvements to serve Delara Chase Multifamily.. Removal of 606 linear feet of 8" cast iron water pipe, installation of 606 linear feet of 8 " PVC water pipe. Including asphalt pavement removal and replacement along the alignment by Open Cut. PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre -qualified by the City at the time of bid opening. The procedures for qualification and pre -qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https://fortworthtexas.bonfirehub.com/Dortal/?tab=ODenODDOrtunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes" under the Intent to Bid section. All Addenda will be posted in the Procurement Portal httl)s://fortworthtexas.bonfirehub.com/_portal/?tab=oi)en0DDortunities, under the respective Project. PREBID CONFERENCE — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: December 6, 2024 TIME: 1: 30 pm Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 105763 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 3 of 3 AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. ADVERTISEMENT DATES List first date for advertisement, November 27, 2024 List second date for advertisement, December 4, 2024 END OF SECTION CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 105763 Revised 2/08/24 0021 13 INSTRUCTIONS TO BIDDERS SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms Page 1 of 10 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre -qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: httDs://anns.fortworthtexas. aov/Proi ectResources/ CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 105763 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 3.1.1. Paving — Requirements document located at: httDs://aDDs.fortworthtexas. aov/Proj ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/TPW%2OPavina %20Contractor%2OPrecivalification%2OProaram/PREOUALIFICATION%20REO UIREMENTS%20FOR%20PAVING%2000NTRACTORS.Ddf 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: htti)s://aDi)s.fortworthtexas. aov/Proj ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrecivalification/TPW%2ORoadwa v%20and%2OPedestrian%2OLiahtina%2OPrequalification%2OProaram/STREET% 20LIGHT%20PREOUAL%20REOMNTS.Ddf 3.1.3. Water and Sanitary Sewer — Requirements document located at: httDs://aDDs.fortworthtexas. aov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/Water%20and%2 OSanitarv%2OSewer%2OContractor%2OPredualification%20Proaram/W S S%2ODre dual%20reduirements.Ddf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2. 1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 105763 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 10 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.5. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.7. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima -facie evidence that the Bidder has made the investigations, examinations and tests herein required. CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 105763 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 10 4.1.8. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4. Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 105763 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 10 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Ram Tiwari, PE, Infrastructure Plan Review Center Email: ram. tiwari@fortworthtexas.gov Phone: (817)392-2237 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted via the City's electronic document management and collaboration system at <Insert Link to Documents> . CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 105763 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 10 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non -responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: httDs://codelibrarv.amle2al.com/codes/ftworth/latest/ftworth tx/0-0-0-22593 CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 105763 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 10 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12.2. All blanks on the Bid Form must be completed and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. All entries shall be legible. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 105763 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 10 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office may be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing and delivered to the Purchasing Office to receive a time stamp prior to the opening of Bids. A timely withdrawn bid will be returned to the Bidder or, if the request is within one hour of bid opening, will not be read aloud and will thereafter be returned unopened. 14.2. In the event any Bid for which a withdrawal request has been timely filed has been inadvertently opened, said Bid and any record thereof will subsequently be marked "Withdrawn" and will be given no further consideration for the award of contract. 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 105763 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at httns://www.ethics.state.tx.us/data/forms/1295/1295.i)df 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 105763 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 10 of 10 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. III\I IZI] W11 ON I IQ] I CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 105763 Revised/Updated November 2, 2021 0041 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 1 of 6 SECTION 00 4100 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY TO: CITY OF FORT WORTH FOR: City Project No.: 105763 Units/Sections: UNIT I: WATER IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS 1. Enter Into Agreement DELARA CHASE MULTIFAMILY The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Developer in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements in the construction contract. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Developer (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive Developer of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Developer, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Revised 20130830 DAP Bid Proposal Workbook 0041 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 2 of 6 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. WATER IMPROVEMENTS b. PAVING IMPROVEMENTS C. d. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 120 calendar days after the date when the the Contract Time commences to run as provided in the General Conditions, 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages, if applicable, in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Bid Bond (if required), Section 00 43 13 issued by a surety meeting the requirements of the General Conditions. c. Proposal Form, Section 00 42 43 d. MBE Forms (if required) e. Prequalification Statement, Section 00 45 12 f. Any additional documents that may be required by Section 12 of the Instructions to Bidders g. Bidder pre -qualification application (optional) 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Revised 20130830 DAP Bid Proposal Workbook 0041 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 3 of 6 6.3. Total Base Bid <use this if applicable, otherwise delete> $519,308.00 Total Bid $519,308.00 7. Bid Submittal This Bid is submitted on DECEMBER 11, 20024 by the entity named below. Respectfully By: f (Signature) DAVID HUTCHINSON (Printed Name) Title: David Hutchinson Company: RUMSEY CONSTRUCTION, INC. Address: 4336 MARSH RIDGE RD CARROLLTON, TX 75010 State of Incorporation: TEXAS Email: david anRumsevLLC.com Phone: 281-435-0277 END OF SECTION Receipt is acknowledged of Initial the following Addenda: (Addendum No.1: N/A Addendum No. 2: N/A I Addendum No. 3: N/A jAddendum No. 4: N/A Corporate Seal: — CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Revised 20130830 DAP Bid Proposal Workbook 00 41 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 4 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Revised 20130830 DAP Bid Proposal Workbook 00 41 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 5 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Revised 20130830 DAP Bid Proposal Workbook 00 41 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 6 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Revised 20130830 DAP Bid Proposal Workbook UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Bidder's Application Bidder's Proposal 00 42 43 DAP - BID PROPOSAL Page I of I Bidlist IternI Description Specification I Unit of I Bid Unit Price Bid Value No. Section No. Measure Quantity { UNIT I: WATER IMPROVEMENTS 1 1 3312.3002 6" Gate Valve 331220 - ..... - - EA .... 3 - .. - 1.91.3.0-0 ._._._.... 57.3.3 -9.0. -- - 2 -- ._._ . .....-- - ....... - ...- -- 3312.4102 10" X. Tapping Sleeve & Valve 3312 25 EA 1 4 6__ _1 4 6 u00 3 3311 0001 Ductile Iron Water Fittings w/ Restraint 3311 11 TON - - 0.08 0 37237,,.5� _ _ 297 9.0.0 4 - 3305.66026 Waterline Lowering 330512 - -- - EA 1 626.....00 _6262:_00 5 3311.0151 6_DIP Water 3311 1.0 - LF 105 176.00 „-_ 18480.00 6 -- 3305 1103 20" Casing By Other Than Open Cut 33 05 22 LF 105 __ ..... 625 . 00 65625.00 7 -- ..._ 3312,0117 Connection to Existing 4"-12" Water Main --- - 33 12 25 ......... EA 3�25 .QQ �?875. 00 8 _ _ 3311.0161 6" PVC Water Pipe - 3311,12 LF 54 � . 206.00 11124.00 9 _- 3305.0109 Trench Safety 330510 LF 765- _ _ 2100 -_1530_00 _ 10 - 0241.1013 Remove 8" Water Line 024114 LF 606 _2400 14544.00 11 3312.3003 8" Gate Valve 33 12 20 EA 2 2695.00 - _ 5390.00 12 _ 3312,2001 1" Water Service, Meter Reconnection 33 12 10 EA 3 3020.00 060.00 13 3311.0261 8" PVC Water Pipe 33 11 12 LF 606 166. 00 100596. 00� TOTAL UNIT I: WATER IMPROVEMENTS 257, 750. 00� UNIT IV: PAVING IMPROVEMENTS 1 0241.0401 Remove Concrete Drive 0241 13 SF 199 2 0241.1300 Remove Conc Curb&Gutter 0241 15 LF 18 _10.. 00 ..... ._....__._180._.Ofl- 3 0241.1000 Remove Conc Pvmt 0241,15 _ SY 45 77 -0 R 4 _. ...___.. _ ....... __T 0241.1100 Remove Asphalt Pvmt 0241 15 SY 2109 _-_ 14.00 29.526.,-Q-,Q 5 024L0100 Remove Sidewalk 0241 13 SF 36 16,., 00 576.00 6 3213.0301 4" Conc Sidewalk 32 13 20 - SF 120 69 . 00 _ 8280.00 7 3201.0616 Conc Pvmt Repair, Arterial lndustrial 3201 29 SY 45 __. _._ 152 . 00 6840. 00 --- - __. 8 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, 3301 17 SY 2109 100 .00 210900 - 00 TOTAL UNIT IV: PAVING IMPROVEMENTS 261, 558 .001 Bid Summary UNIT I: WATER IMPROVEMENTS _ 257, 750. 00 UNIT IV: PAVING IMPROVEMENTS I 261,558 This Bid is submitted by the entity named below: BIDDER: Rumsey Construction, Inc, 4336 Marsh Ridge Rd Carrollton, TX 75010 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to ran as provided in the General Conditions. Total Construction Bidl 519,308.001 BY: Ga.A TITLE: CEO DATE:12/12/2024 END OF SECTION working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Delam Chase_Bid Proposal Developer_DAP.xlsx 0045 11 -1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7) days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 16 The prequalification process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractor. For example, a contractor wishing to submit bids on 18 projects to be opened on the 7th of April must file the information by the 31st day of March 19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's 20 Prequalification Application, the following must accompany the submission. 21 a. A complete set of audited or reviewed financial statements. 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement of Cash Flows 25 (4) Statement of Retained Earnings 26 (5) Notes to the Financial Statements, if any 27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 28 of Incorporation, Articles of Organization, Certificate of Formation, LLC 29 Regulations, and Certificate of Limited Partnership Agreement). 30 c. A completed Bidder Prequalification Application. 31 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 33 number visit the Texas Comptroller of Public Accounts online at the 34 following web address www.window.state.tx.us/taxDennit/ and fill out the 35 application to apply for your Texas tax ID. 36 (2) The firm's e-mail address and fax number. 37 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 38 is used by the City for required reporting on Federal Aid projects. The DUNS 39 number may be obtained at www.dnb.com. 40 d. Resumes reflecting the construction experience of the principles of the firm for firms 41 submitting their initial prequalification. These resumes should include the size and 42 scope of the work performed. 43 e. Other information as requested by the City. 44 45 2. Prequalification Requirements 46 a. Financial Statements. Financial statement submission must be provided in 47 accordance with the following: 48 (1) The City requires that the original Financial Statement or a certified copy 49 be submitted for consideration. CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105763 Revised August 13, 2021 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility for Award of Contract 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105763 Revised August 13, 2021 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequaliiication letter, the contractor will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECTION CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105763 Revised August 13, 2021 005243-4 Developer Awarded Project Agreement Page 4 of 4 H6 117 7.6 Authority to Sign. 118 Contractor shall attach evidence of authority to sign Agreement, if other than duly 119 authorized signatory of the Contractor. 120 121 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 122 counterparts. 123 124 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 125 Contractor: Developer: Runisey Construction, Inc. Delara Chase, LLC By: Bv: (Signature) (Signature) /i1�Y�S - (Prfntexame) Title: 600 Company Name: Rumsey Construction. Inc. Address: 4336 Marsh Ridge Rd. City/State/Zip: Carrollton, TX 75010 Abigail Penner (Printed Name) Title: Co Managing Member Company name: Delara Chase, LLC Address: 5501-A Balcones Dr. Suite #302 City/State/Zip: Austin, TX 78731 Date Date 126 CITY OF FORT WORTH Delara Chase Mzdtifajnily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised June 16.2016 13045 12 DAP PREQUALIFICATION STATEMENT Page I of I SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maior Work Type" box provide the complete maior work tune and actual description as provided by the Water. Denartment for water and sewer and TPW for navina. Major Work Type Wastewater New Development Open Cut (12" and under); Water New Development Open Cut (16" and under); Paving Contractor/Subcontractor Company Name Prequalification Expiration Date Rumsey Construction. Inc. 4/30/2025 DFW Paving 03/30/2026 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. roal-OHNN Rumsey Construction, Inc. 4336 Marsh Ridge Rd. Carrollton. TX 75010 BY: (Signature) TITLE: COO DATE: 04/01 /2025 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALI FICATION STATEMENT— DEVELOPER AWARDED PROJECTS 00 45 12_Prequalification Statement 2015—DAP (1) Form Version September 1, 2015 FORTWORTH. April 05, 2024 Mr Steve Rumsey Rumsey Construction LLC 4329 Reeder Drive Carrollton, TX 75010 PREQUALIFICATION TO BID CITY OF FORT WORTH WATER DEPARTMENT PROJECTS Dear Mr. Rumsey: Thank you for your submittal of information and data toward prequalification to perform our work. We are pleased to advise that your prequalification has been finalized. A bid limit $86,282,830.00 has been established for your organization based on the financial data submitted. Your firm is prequalified to perform the following work: -- Wastewater Mains (12" and under) for New Development using Open Cut construction methods -- Water Mains (16" and under) for New Development using Open Cut construction methods The prequalification and bid limit established above will remain current through 4/30/2025 This date was established to be sixteen (16) months from the date of the most recent financial statement received, unless rescinded for cause. Should you desire prequalification in the future beyond the aforementioned, submittal of updated financials, work experience, and equipment list will be necessary for this department to establish a new bid limit. Please be advised that the plans and documents for the work to be performed must be submitted to and approved by the City of Fort Worth Water Department. We appreciate your interest in our work and should you have some question in this or other matters within our purview, please do not hesitate to contact Mr. John Kasavich at (817)392-8480 or Norma Sauceda at (817)392- 6055. Yours very YU l , MAIL TO: John Kasavich, P.E. Fort Worth Water Department (OX� Engineering & Regulatory Services Chris Harder, P.E. 200 Texas Street Water Director Fort Worth, TX 76102 Fort Worth All-nmedcaCRY WATER DEPARTMENT 1 1111., THE CITY OF FORT WORTH * 200 TEXAS STREET * FORT WORTH, TEXAS 76102 817-392-8240 * FAX 817-392-8195 1964 • 1993 • 2011 ,,;, Printed on recycled paper SECTION 00 43 13 DAP - BID BOND BY THESE PRESENTS: 0043 13 DAP BID BOND FORM FOR PUBLICLY BID PROJECTS ONLY Page 1 of 1 That we, Rumsey Construction, Inc. called the Principal, and <Surety Name Here> a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of <Spell Out Numbers Here> and No/100 Dollars said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firm by these presents. WHEREAS the Principal has submitted a proposal to perform work for the following project of the Obligee identified as: Delara Chase and Limits Here> NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this By: Rumsey Construction, Inc. By: <Surety Name Here> day of (Signature and Title of Principal) (Signature of Attorney -of -Fact) *Attach Power of Attorney (Surety) for Attorney -in -Fact END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION BID BOND FORM — DEVELOPER AWARDED PROJECTS Form Version April 2, 2014 ,20 Impressed Surety Seal Only 00 43 13—Bid Bond_DAP (2) AIA Document 310 - 2010 Bid Bond CONTRACTOR (Name, legal status and address) Rumsev Construction, Inc. 4336 Marsh RidLye Carrollton, TX 75010 OWNER (Name, legal status and address): Citv of Fort Worth 200 Texas Street Fort Worth, TX 76102 SURETY (Name, legal status and principal place of business): SiriusPoint America Insurance Comnanv 1 World Trade Ctr. New York, NY 10007 Bond Amount: Five Percent of the Greatest Amount Bid by Principal (5% GABP) PROJECT: (Name, location or address, and Project number, if any): Delara Chase Multifamily The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters in to a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed by the Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted here from and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond Signed and sealed is 12th day (Witness) r'iEt.�`i�.s�i cam_ (Witness) t of December, 2024 - Rums y Construg up, Inc. (Seal) (Princ' aVt1e). _ _ (Soal) ( e , SiriusPoint America Insurance Co any - - - - (Seal) (Surety (Name Title): Ally n W. Dean, A - - Language conforms to AIA Document A310 Bid Bond BID70001 ZZ0311 f POWER OF ATTORNEY ACRADDOI 0523 SIRIUSPOINT AMERICA INSURANCE COMPANY NEW YORK KNOW ALL MEN BY THESE PRESENTS: That SiriusPoint America Insurance Company (the "Company"), a New York corporation, having its principal office in the City of New York, pursuant to the following Resolution, which was adopted on August 27,2024 by Unanimous Written Consent of the Board of the Directors of the Company, to wit: RESOLVED, that the President, Senior Vice President, Chief Financial Officer, Secretary or the Assistant Secretary is hereby authorized to execute Powers of Attorney appointing as attorneys -in -fact selected employees of certain surety companies who shall have the power for and on behalf of the Company to execute and affix the seal of the Company to surety contracts as co -surety. Does hereby nominate, constitute and appoint: Allyson W. Dean, Andrea Rose Crawford, Colin E. Conly, Debra Lee Moon, Sandra Lee Roney, Troy Russell Key, Ana Owens, Andrew Gareth Addison, Betty J. Reeh, Thomas Douglas Moore, Elizabeth Ortiz, Emily Allison Mikeska, Monica Ruby Veazey, Howard Cowan, Marla Hill, Faith Ann Hilty Its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf, and its act and deed any and all bonds, contracts, agreements of indemnity and other undertakings in suretyship (NOT INCLUDING bonds without a fixed penalty or financial guarantee) and to bind the Company thereby as fully and to the same extent as of same were signed by the duly authorized officers of the Company, provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: $62,687,000 single bond limit All acts of said attorneys -in -fact pursuant to the authorities herein given are hereby ratified and confirmed. The President, Senior Vice President, Chief Financial Officer, Secretary or Assistant Secretary may from time to time and at any time remove such appointee and remove the power given to him or her. The execution of such bonds or undertakings in pursuance of these presents, within one year of the date of these present, shall be binding under said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in New York, New York, in their own proper persons. IN WITNESS WHEREOF, SiriusPoint America Insurance Company has caused its corporate seal to be hereunto affixed and these presents to be signed by its President this tenth day of October, 2024. ,,,,,,IllilSan",< SiriusPoint America Insurance Company State of New York County of New York Paul President On this tenth day of October 2024, before me a Notary Public of the State of New York, in and for the County of New York, duly commissioned and qualified, came Paul Mihulka, President, of SiriusPoint America Insurance Company, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and acknowledged the execution of the same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of Said Company, and the said Corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Company, referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal. SUSAN HISCOCK Notary Public - State a( N— York N0. 01 H16444797 Quatited in Richmond Loon y my Commission Expires Dec 5, 202b STATE OF New York COUNTY OF New York +& eaC /Notary Public My Commission expires 4-0C, 5" 359 I, Paul Mihulka, President of SiriusPoint America Insurance Company, a New York corporation, do hereby certify that the above and foregoing is a full, true and correct copy of Power of Attorney, is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand, and affixed the Seal of said Company, on the 12th day of December 20 24 " p Ii+lsr1o, r SEAh- 1979 Paul Mihulka v Off' ;,�:� President 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 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 105763. 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: Rumsey Construction, Inc Company 4336 Marsh Ridge Rd Address Carrollton, TX 7010 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Pease rint) Signature: r Title: �' f (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared �c92 6erv— , known to me to be the person whose name is subscribed to the foregoing in trument, and acknowledged to me that he/she executed the same as the act and deed of re) for the purposes and consideration therein expressed and in the capacity therein stated. GIN& UNDER MY HAND AND EAL OF OFFICE this >'v day of 2001 T. r� Y'p�, NANCY WEST A X/ ` ✓mil .. __: :Notary Public, State of Texas rNotary Public in and the State of Texas ?N.,:.t� Comm. Expires 05-17-2028 o Notary ID 1994783 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 Delara Chase Multifamily 105763 W SECTION 00 52 43 AGREEMENT 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 3 4 THIS AGREEMENT, authorized on 1 /29/2025 is made by and between the Developer, 5 DELARA CHASE, LLC, authorized to do business in Texas ("Developer") , and RUMSEY 6 CONSTRUCTION, INC., authorized to do business in Texas, acting by and through its duly 7 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 Delara Chase Multfamilv 17 105763 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 28 will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 30 the Standard City Conditions of the Construction Contract for Developer Awarded 31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 33 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 Developer Zero Dollars ($0.00) for each day that expires after the time specified in 36 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised June 16, 2016 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 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 Five Hundred Thousand Nineteen, Three Hundred 40 Eight Dollars and Zero Cents ($519,308.00). 41 Article 5. CONTRACT DOCUMENTS Cl�.��K�]►Y Y �1►Y 11.E 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 A. The Contract Documents which comprise the entire agreement between Developer and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Fofm (As pfovided by PeN,eleper-) 1) Proposal Form (DAP Version) 2) Prequalification Statement 3` State and Feder -al dovumomt b. Insurance ACORD Form(s) e. Payment Bond (DAP Ver-sion) d. Performance Bond (DAP Version) e. Maintenance Bond (DAP Version) g. Worker's Compensation Affidavit 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. F/dpjt zj 1. . 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised June 16, 2016 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of 4 FIA�.Wm Will Ie11104 u I e I I W [97.111 [0eI 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed 79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 80 under this contract. This indemnification provision is specifically intended to operate 81 and be effective even if it is alleged or proven that all or some of the damages being 82 sought were caused, in whole or in part, by anv act, omission or negligence of the city. 83 This indemnity provision is intended to include, without limitation, indemnity for 84 costs, expenses and legal fees incurred by the city in defending against such claims and 85 causes of actions. 86 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 88 the city, its officers, servants and employees, from and against any and all loss, damage 89 or destruction of property of the city, arising out of, or alleged to arise out of, the work 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnification 92 provision is specifically intended to operate and be effective even if it is alleged or 93 proven that all or some of the damages being sought were caused. in whole or in Dart, 94 by anv act, omission or negligence of the citv. 95 96 Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 99 the Construction Contract for Developer Awarded Projects. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the Developer. 103 7.3 Successors and Assigns. 104 Developer and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon DEVELOPER and III CONTRACTOR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised June 16, 2016 005243-4 Developer Awarded Project Agreement Page 4 of 4 H6 117 7.6 Authority to Sign. 118 Contractor shall attach evidence of authority to sign Agreement, if other than duly 119 authorized signatory of the Contractor. 120 121 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 122 counterparts. 123 124 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 125 Contractor: Developer: Runisey Construction, Inc. Delara Chase, LLC By: Bv: (Signature) (Signature) 126 /i1�Y�S - (Prfntexame) Title: 600 Company Name: Rumsey Construction. Inc. Address: 4336 Marsh Ridge Rd. City/State/Zip: Carrollton, TX 75010 1 /29/2025 Bate Abigail Penner (Printed Name) Title: Co Managing Member Company name: Delara Chase, LLC Address: 5501-A Balcones Dr. Suite #302 City/State/Zip: Austin, TX 78731 Date 1 /29/2025 CITY OF FORT WORTH Delara Chase Mzdtifajnily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised June 16.2016 006213-1 PERFORMANCE BOND Page 1 of 1 SECTION 00 62 13 2 PERFORMANCE BOND 3 BOND # SPA150410-017 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Rumsey Construction, Inc. known as 8 "Principal" herein and SiriusPoint America Insurance Co. & Pennsylvania Insurance P9.corporate 9 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, 11 Delara Chase, LLC , authorized to do business in Texas ("Developer") and the City of Fort 12 Worth, a Texas municipal corporation ("City"), in the penal sum of, 13 Five Hundred Nineteen Thousand Three Hundred Eight & 001100 Dollars ( $519,308.00 ), 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the 15 payment of which sum well and truly to be made jointly unto the Developer and the City as dual 16 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 17 and severally, firmly by these presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities 20 Agreement, CFA Number 24-0140 ; and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 22 the 30th day of January , 25 , which Contract is hereby referred to and made a 23 part hereof for all purposes as if fully set forth herein, to himish all materials, equipment labor 24 and other accessories defined by law, in the prosecution of the Work, including any Change 25 Orders, as provided for in said Contract designated as Delara Chase Multifamily 26 CP # 105763 27 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 28 shall faithfully perfonn it obligations under the Contract and shall in all respects duly and 29 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 30 specifications, and contract documents therein referred to, and as well during any period of 31 extension of the Contract that may be granted on the part of the Developer and/or City, then this 32 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 0062 13 -2 PERFORMANCE BOND Page 2 of 2 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 30th day of January 2025 PRINCIPAL: Rumsey Construction, Inc. .,I BY: ATTEST: Prnc Secre p ) Witness as to Principal Witness as to Surety i ature Name and Title _ 1 4336 Marsh Ridge Address: Carrollton, TX 75010 . SURETY: SiriusPoint America Insurance Co. & Pennsylvania Ins. Co. BY: Signature Allyson W. Dean, torney-in-Fact Name and Title Address: 1 World Trade Ctr. New York, NY 10007 Telephone Number: 2123122500 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 006219-1 MAINTENANCE BOND Page 1 of 3 1 SECTION 00 62 19 2 MAINTENANCE BOND 3 BOND # SPA150410-017 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we Rumsey Construction, Inc. known as 8 "Principal" herein and SiriusPoint America Ins. Co. & Pennsylvania Ins Co. , a corporate surety 9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Delara Chase, LLC 11 , authorized to do business in Texas ("Developer") and the City of Fort 12 Worth, a Texas municipal corporation ("City"), in the sum 13 of Five Hundred Nineteen Thousand Three Hundred Eight & 001100 Dollars ($519,308.00 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment 15 of which sum well and truly be made jointly unto the Developer and the City as dual obligees and 16 their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, 17 jointly and severally, firmly by these presents. 18 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 24-0140 ; and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the 30th day of January 2025 , 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 Delara Chase Multifamily 28 CP # 105763 and 29 30 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 31 accordance with the plans, specifications and Contract Documents that the Work is and will 32 remain free from defects in materials or workmanship for and during the period of two (2) years 33 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 34 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 006219-2 MAINTENANCE BOND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by Developer or City, to a 7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 8 remain in full force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 16 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 30th day of 3 January, 2025 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 PRINCIPAL: Rumsey Construction,, Inc. � BY: bd Signature ;ncipItl) EST: '� ,�-� (((� /,,�� cc ary Name and Title Address: 4336 Marsh Ridge Carrollton, TX 75010 Witness as to Principal SURETY: SiriusPoint America Ins. Co. & Penns van Ins Co. BY: 4' Signature Allyson W. Dean, Attorney -in -Fact ATTEST: Name and Title Address: 1 World Trade Ctr. (Surio f}) Secretar, New York, NY 10007 .;, Witness as to Surety Telephone Number: 2123122500 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 — Definitions and Terminology...........................................................................................................1 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology.................................................................................................................................. 5 Article2 —Preliminary Matters.........................................................................................................................6 2.01 Before Starting Construction......................................................................................................... 6 2.02 Preconstruction Conference.......................................................................................................... 6 2.03 Public Meeting.............................................................................................................................. 6 Article 3 — Contract Documents and Amending............................................................................................... 6 3.01 Reference Standards......................................................................................................................6 3.02 Amending and Supplementing Contract Documents................................................................... 6 Article 4 — Bonds and Insurance........................................................................................................................ 7 4.01 Licensed Sureties and Insurers...................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds......................................................................... 7 4.03 Certificates of Insurance............................................................................................................... 7 4.04 Contractor's Insurance.................................................................................................................. 9 4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12 Article 5 —Contractor's Responsibilities.........................................................................................................12 5.01 Supervision and Superintendent.................................................................................................12 5.02 Labor; Working Hours................................................................................................................13 5.03 Services, Materials, and Equipment...........................................................................................13 5.04 Project Schedule..........................................................................................................................14 5.05 Substitutes and "Or-Equals".......................................................................................................14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors)......................................16 5.07 Concerning Subcontractors, Suppliers, and Others....................................................................16 5.08 Wage Rates..................................................................................................................................18 5.09 Patent Fees and Royalties...........................................................................................................19 5.10 Laws and Regulations.................................................................................................................19 5.11 Use of Site and Other Areas........................................................................................................19 5.12 Record Documents...................................................................................................................... 20 5.13 Safety and Protection.................................................................................................................. 21 5.14 Safety Representative..................................................................................................................21 5.15 Hazard Communication Programs.............................................................................................22 5.16 Submittals.................................................................................................................................... 22 5.17 Contractor's General Warranty and Guarantee..........................................................................23 CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification........................................................................................................................... 24 5.19 Delegation of Professional Design Services...............................................................................24 5.20 Right to Audit: ............................................................................................................................. 25 5.21 Nondiscrimination.......................................................................................................................25 Article 6 - Other Work at the Site...................................................................................................................26 6.01 Related Work at Site................................................................................................................... 26 Article 7 - City's Responsibilities.................................................................................................................. 26 7.01 Inspections, Tests, and Approvals................................................................................................... 26 7.02 Limitations on City's Responsibilities........................................................................................26 7.03 Compliance with Safety Program............................................................................................... 27 Article 8 - City's Observation Status During Construction............................................................................27 8.01 City's Project Representative......................................................................................................27 8.02 Authorized Variations in Work...................................................................................................27 8.03 Rejecting Defective Work...................................................................................................... 27 8.04 Determinations for Work Performed..........................................................................................28 Article9 - Changes in the Work..................................................................................................................... 28 9.01 Authorized Changes in the Work................................................................................................28 9.02 Notification to Surety..................................................................................................................28 Article 10 - Change of Contract Price; Change of Contract Time................................................................. 28 10.01 Change of Contract Price............................................................................................................28 10.02 Change of Contract Time............................................................................................................ 28 10.03 Delays.......................................................................................................................................... 28 Article 11 - Tests and Inspections; Correction, Removal or Acceptance ofDefective Work.......................29 11.01 Notice of Defects........................................................................................................................ 29 11.02 Access to Work...........................................................................................................................29 11.03 Tests and Inspections..................................................................................................................29 11.04 Uncovering Work.................................................................................................................. 30 11.05 City May Stop the Work............................................................................................................. 30 11.06 Correction or Removal of Defective Work............................................................................ 30 ll.07 Correction Period........................................................................................................................ 30 11.08 City May Correct Defective Work............................................................................................. 31 Article12 - Completion.................................................................................................................................. 32 12.01 Contractor's Warranty of Title.................................................................................................... 32 12.02 Partial Utilization........................................................................................................................ 32 12.03 Final Inspection...........................................................................................................................32 12.04 Final Acceptance.........................................................................................................................33 Article13 - Suspension of Work..................................................................................................................... 33 13.01 City May Suspend Work............................................................................................................. 33 Article 14 - Miscellaneous ......................................... 14.01 Giving Notice ......................................... CITY OF FORT WORTH STANDARD CITY CONDITIONS -DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 Pagel of 35 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) --A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recordedplat. 8. Contract —The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents —Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form 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 notContract Documents. 10. Contractor —The individual or entity with whom Developer has entered into theAgreement. IL Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer — An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements —A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non -Participating Change Order —A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of theAgreement. 22. Participating Change Order —A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of theAgreement. 23. Plans — See definition of Drawings. 24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 25. Project —The Work to be performed under the Contract Documents. 26. Project Representative —The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of theProject. 28. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at theSite. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non -Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the ContractDocuments. 42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p. m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non -Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the followingways: 1. A Field Order; CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4 — BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either parry or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 eachoccurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide ' X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: NONE 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: NONE b. Each Occurrence:: NONE 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or 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 0073 10-13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 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 0073 10-14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made byparticipating change orders. 5.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if. a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may fumish 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.B. 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 0073 10-17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of35 ❑ Required for this Contract. ® Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. © Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the I 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 0073 10-19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records 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 OtherAreas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2 At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve theDamage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean- up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of35 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the ContractDocuments. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage causedby: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or finalpayment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. 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 OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes ofactions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing Cityfunds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of35 7.03 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 — CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipatedproject. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of35 Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2 consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 — MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the otherparty. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 011100-1 DAP SUMMARY OF WORK 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 Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 105763 Revised December 20, 2012 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 105763 Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] i 11QI ZI] Icy I[ON I IQ I 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 105763 Revised December 20, 2012 012500-1 DAP SUBSTITUTION PROCEDURES f.YIC�[I]�Dji�YIII] Y81:1,.3 010110 Is) ► a 9 kIT8161110181.14 �y PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Pagel of 4 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements IRM 9 4*9 101 WRO 12Z%140IDleh87ZIZy041114*9M 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 I . Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised August 30, 2013 012500-2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance ofproposed 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. CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 4. Substitution will be rejected i£ 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised August 30, 2013 012500-4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: 1W 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 Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date Received late CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised August 30, 2013 013119-1 DAP PRECONSTRUCTION MEETING I9;1 11416326*1 I:ZIl4i 0Is] ►Iu 191 so I I►10 PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Pagel 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 f!I► 7 41 WW17 7W40 I Dleh 8 9 Z00] 041114*9 M A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised August 30, 2013 0131 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals 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 CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised August 30, 2013 0131 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log I DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised August 30, 2013 013233-1 DAP PRECONSTRUCTION VIDEO Pagel of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO 17\;71 WE11" 01001.17.11 0 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised August 30, 2013 013233-2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised August 30, 2013 �� 019i I [1301111R C11III; 117:11'7Y8J:3UIIa1I:11rLy PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 DAP SUBMITTALS Page 1 of 8 General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 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 cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Sectionnumber. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 %2 inches x 11 inches to 8 %2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised August 30, 2013 013300-3 DAP SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limitedto: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised August 30, 2013 013300-4 DAP SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised August 30, 2013 013300-5 DAP SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised August 30, 2013 013300-6 DAP SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It maybe necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised August 30, 2013 1 2 3 4 PART1- GENERAL 5 1.1 SUMMARY 0135 13 -1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 SECTION 0135 13 SPECIAL PROJECT PROCEDURES 6 A. Section Includes: 7 1. The procedures for special project circumstances that includes, but is not limited to: 8 a. Coordination with the Texas Department of Transportation 9 b. Work near High Voltage Lines 10 c. Confined Space Entry Program 11 d. Air Pollution Watch Days 12 e. Use of Explosives, Drop Weight, Etc. 13 f. Water Department Notification 14 g. Public Notification Prior to Beginning Construction 15 h. Coordination with United States Army Corps of Engineers 16 i. Coordination within Railroad permits areas 17 j. Dust Control 18 k. Employee Parking 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 26 1.2 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 32 High Voltage Overhead Lines. 33 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 34 Specification 35 1.3 ADMINISTRATIVE REQUIREMENTS 36 A. Coordination with the Texas Department of Transportation 37 1. When work in the right-of-way which is under the jurisdiction of the Texas 38 Department of Transportation (TxDOT): 39 a. Notify the Texas Department of Transportation prior to commencing any work 40 therein in accordance with the provisions of the permit CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised August, 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 0135 13 -2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 0131 13 E. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised August, 30, 2013 0135 13 -3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 2. Coordinate any event that will require connecting to or the operation of an existing 2 City water line system with the City's representative. 3 a. Coordination shall be in accordance with Section 33 12 25. 4 b. If needed, obtain a hydrant water meter from the Water Department for use 5 during the life of named project. 6 c. In the event that a water valve on an existing live system be turned off and on 7 to accommodate the construction of the project is required, coordinate this 8 activity through the appropriate City representative. 9 1) Do not operate water line valves of existing water system. 10 a) Failure to comply will render the Contractor in violation of Texas Penal 11 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 12 will be prosecuted to the full extent of the law. 13 b) In addition, the Contractor will assume all liabilities and 14 responsibilities as a result of these actions. 15 F. Public Notification Prior to Beginning Construction 16 1. Prior to beginning construction on any block in the project, on a block by block 17 basis, prepare and deliver a notice or flyer of the pending construction to the front 18 door of each residence or business that will be impacted by construction. The notice 19 shall be prepared as follows: 20 a. Post notice or flyer 7 days prior to beginning any construction activity on each 21 block in the project area. 22 1) Prepare flyer on the Contractor's letterhead and include the following 23 information: 24 a) Name of Project 25 b) City Project No (CPN) 26 c) Scope of Project (i.e. type of construction activity) 27 d) Actual construction duration within the block 28 e) Name of the contractor's foreman and phone number 29 f) Name of the City's inspector and phone number 30 g) City's after-hours phone number 31 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 32 A. 33 3) Submit schedule showing the construction start and finish time for each 34 block of the project to the inspector. 35 4) Deliver flyer to the City Inspector for review prior to distribution. 36 b. No construction will be allowed to begin on any block until the flyer is 37 delivered to all residents of the block. 38 G. Public Notification of Temporary Water Service Interruption during Construction 39 1. In the event it becomes necessary to temporarily shut down water service to 40 residents or businesses during construction, prepare and deliver a notice or flyer of 41 the pending interruption to the front door of each affected resident. 42 2. Prepared notice as follows: 43 a. The notification or flyer shall be posted 24 hours prior to the temporary 44 interruption. 45 b. Prepare flyer on the contractor's letterhead and include the following 46 information: 47 1) Name of the project 48 2) City Project Number CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised August, 30, 2013 0135 13 -4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 1 3) Date of the interruption of service 2 4) Period the interruption will take place 3 5) Name of the contractor's foreman and phone number 4 6) Name of the City's inspector and phone number 5 c. A sample of the temporary water service interruption notification is attached as 6 Exhibit B. 7 d. Deliver a copy of the temporary interruption notification to the City inspector 8 for review prior to being distributed. 9 e. No interruption of water service can occur until the flyer has been delivered to 10 all affected residents and businesses. 11 f. Electronic versions of the sample flyers can be obtained from the Project 12 Construction Inspector. 13 H. Coordination with United States Army Corps of Engineers (USACE) 14 1. At locations in the Project where construction activities occur in areas where 15 USACE permits are required, meet all requirements set forth in each designated 16 permit. 17 1. Coordination within Railroad Permit Areas 18 1. At locations in the project where construction activities occur in areas where 19 railroad permits are required, meet all requirements set forth in each designated 20 railroad permit. This includes, but is not limited to, provisions for: 21 a. Flagmen 22 b. Inspectors 23 c. Safety training 24 d. Additional insurance 25 e. Insurance certificates 26 f. Other employees required to protect the right-of-way and property of the 27 Railroad Company from damage arising out of and/or from the construction of 28 the project. Proper utility clearance procedures shall be used in accordance 29 with the permit guidelines. 30 2. Obtain any supplemental information needed to comply with the railroad's 31 requirements. 32 J. Dust Control 33 1. Use acceptable measures to control dust at the Site. 34 a. If water is used to control dust, capture and properly dispose of waste water. 35 b. If wet saw cutting is performed, capture and properly dispose of slurry. 36 K. Employee Parking 37 1. Provide parking for employees at locations approved by the City. 38 L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 39 Construction Specification [if required for the project] 40 1. Comply with equipment, operational, reporting and enforcement requirements set 41 forth in NCTCOG's Clean Construction Specification.} CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised August, 30, 2013 0135 13 -5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 DATE NAME 8/31/2012 D. Johnson 13 1040 1XI] Wy 014011130 Revision Log SUMMARY OF CHANGE 1.3.13— Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised August, 30, 2013 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 01 35 13 -6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised August, 30, 2013 1 2 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 INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised August, 30, 2013 01 45 23 DAP TESTING AND INSPECTION SERVICES Pagel of 2 ;yx611113011 i1E,&* 1 10M11010[ef:1►1101►639114JI0M IM11:NT/lei 9fy PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another form of distribution approved by the City. CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised March 20, 2020 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised March 20, 2020 015000-1 DAP TEMPORARY FACILITIES AND CONTROLS Pagel of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements IRM9711WW1III Z%140IDleh89 ZIII]0I1117M 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 Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised JULY 1, 2011 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised JULY 1, 2011 015000-3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised JULY 1, 2011 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised JULY 1, 2011 015713-1 DAP STORM WATER POLLUTION PREVENTION Pagel of 3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised July 1, 2011 0157 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised July 1, 2011 0157 13 - 3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 1.6 ACTION 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] 111\IZI]ON] DcalICC7 I Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 016000-1 PRODUCT REQUIREMENTS Page 1 of 2 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02 - Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to, that 27 manufacturer's standard product. 28 E. See Section 0133 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105763 Revised December 20, 2012 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105763 Revised December 20, 2012 016600-1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Pagel of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 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 ofpremises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised April 7, 2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised April 7, 2014 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised April 7, 2014 017000-1 DAP MOBILIZATION AND REMOBILIZATION Pagel of 4 0 xej Y [1]0111IF111111I11 ISTIQ 31aV0.11VI1610FANDO.11OUT M .131aIrA:rtl[00 PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised April 7, 2014 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised April 7, 2014 017000-3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 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] 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] CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised April 7, 2014 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE 4/7/2014 NAME M.Domenech 10401Z17 wl OEM 111130 Revision Log SUMMARY OF CHANGE Revised for DAP application Page 4 of 4 CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised April 7, 2014 017123-1 DAP CONSTRUCTION STAKING AND SURVEY Pagel of 4 SECTION 017123 CONSTRUCTION STAKING AND SURVEY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 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. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Certificates 1. Provide certificate certifying that elevations and locations of improvements are in conformance or non-conformance with requirements of the Contract Documents. a. Certificate must be sealed by a registered professional land surveyor in the State of Texas. CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised April 7, 2014 01 71 23 - 2 DAP CONSTRUCTION STAKING AND SURVEY Page 2 of 4 B. Field Quality Control Submittals 1. Documentation verifying accuracy of field engineering work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the City. 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance for scheduling of Construction Staking. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes furnished by City. b. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed or disturbed, by Contractor's neglect, such that the contracted Work cannot take place, then the Contractor will be required to pay the City for new staking with a 25 percent markup. The cost for staking will be deducted from the payment due to the Contractor for the Project. B. Construction Survey 1. Construction Survey will be performed by the City. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for construction survey. c. It is the Contractor's responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. 1) City shall perform replacements and/or restorations. 3. General a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b. The Contractor will need to ensure coordination is maintained with the City to perform construction survey to obtain construction features, including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Every 250 linear feet CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised April 7, 2014 01 71 23 - 3 DAP CONSTRUCTION STAKING AND SURVEY Page 3 of 4 (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults (All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs, stubouts, dead-end lines (10) Air Release valves (Manhole rim and vent pipe) (11) Blow off valves (Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe (each end) b) Storm Sewer (1) Top of pipe elevations and coordinates at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. c) Sanitary Sewer (1) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. (c) Cleanouts c. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. d. The Contractor will need to ensure coordination is maintained with the City to perform construction survey and to verify control data, including but not limited to the following: 1) Established benchmarks and control points provided for the Contractor's use are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades for tunneling 3) Lines and grades were used to establish the location of the pipe 4) Submit to the City copies of field notes used to establish all lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the 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 City. 9) If the installation does not meet the specified tolerances, immediately notify the City and correct the installation in accordance with the Contract Documents. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised April 7, 2014 01 71 23 - 4 DAP CONSTRUCTION STAKING AND SURVEY Page 4 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed bythe City in accordance with this Specification. B. Do not change or relocate stakes or control data without approval from the City. 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 I DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised April 7, 2014 017719-1 DAP CLOSEOUT REQUIREMENTS Pagel of 3 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised April 7, 2014 0177 19 - 2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOTUSED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 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 01 78 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 CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised April 7, 2014 0177 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised April 7, 2014 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Pagel 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 1/2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised April 7, 2014 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised April 7, 2014 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions £ Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised April 7, 2014 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA 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] 1b71v0�OO :WI0, 8/31/2012 D. Johnson 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE 1.5.A.1 — title of section removed Revised for DAP Application Page 5 of 5 CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised April 7, 2014 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Pagel of 4 I'l:Z N11411I8:111416 ' U 9 6Zfli1u10►11N 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 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] PART2-PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] ���I �[KI ; � � IZflilu I �1►Y K" A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised April 7, 2014 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum 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. 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. CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised April 7, 2014 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 1117•r02l 4/7/2014 I0/:1ul0, M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP Application CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105763 Revised April 7, 2014 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105763 Revised July 1, 2011 ECS Southwest,, LLP Geotechnical Engineering Report Delara Chase 4805 Altamesa Boulevard Fort Worth, Tarrant County, Texas ECS Project Number 63:2047 June 21, 2024 C i E5 ECS SOUTHWEST, LLP Geotechnical • Construction Materials • Environmental • Facilities Ms. Erin Curby Senior Development Associate Delara Chase, LLC 5501-A Balcones Dr. #302 Austin, TX 78731 Reference: Geotechnical Engineering Report Delara Chase 4805 Altamesa Boulevard Fort Worth, Tarrant County, Texas Dear Ms. Curby: TX Registered Engineering Firm F-8461 June 21, 2024 ECS Project No. 63:2047 ECS Southwest, LLP (ECS) has completed the subsurface exploration, laboratory testing, and geotechnical engineering analyses for the referenced project. Our services were performed in general accordance with our agreed scope of work. This report presents our understanding of the geotechnical aspects of the project along with the results of the field exploration and laboratory testing conducted, and our design and construction recommendations. It has been our pleasure to be of service to Delara Chase, LLC during the design phase of this project. We would appreciate the opportunity to remain involved during the continuation of the design phase, and we would like to provide our services during the construction phase operations as well to verify the assumptions of subsurface conditions made for this report. Should you have any questions concerning the information contained in this report, or if we can be of further assistance to you, please contact us. ECS Southwest, LLP Respectfully submitted,F C%, Putic TS4ITeng Li, PhD, E.I.T. ...,�••••:�* Che-Hung (Chris) Tsai, Ph.D., P.E. Geotechnical Senior Pro ect Mana er Geotechnical Staff Project Manager j gTLi@ecslimited.com ctsai@ecslimited.com Michael Batuna, P.E. Principal Engineer mbatuna@ecslimited.com The electronic seal on this document was authorized by Che-Hung Tsai No. 87922, on June 21, 2024 2621 WHITE SETTLEMENT ROAD, FORT WORTH, TX 76107 • T: 682-350-2250 ECS Florida, LLC • FCS Mid -Atlantic, LLC • FCS Midwest, LLC • FCS Pacific, Inc. • FCS Southeast, LLC • FC5 Southwest, LLP ECS New York Engineering, PLLC - An Associate of ECS Group of Companies d, www.ecsilmited.com "ONE FIRM. ONE MISSION." Delara Chase ECS Project No. 63:2047 TABLE OF CONTENTS June 21, 2024 Page ii EXECUTIVE SUMMARY.............................................................................................................1 1.0 INTRODUCTION..................................................................................................................2 2.0 PROJECT INFORMATION.....................................................................................................3 2.1 Project Location/Current Site Use............................................................................................3 2.2 Proposed Construction.............................................................................................................3 3.0 FIELD EXPLORATION AND LABORATORY TESTING................................................................4 3.1 Subsurface Exploration Procedure...........................................................................................4 3.2 Subsurface Characterization.....................................................................................................4 3.3 Groundwater Observations......................................................................................................5 3.4 Laboratory Testing....................................................................................................................6 4.0 DESIGN RECOMMENDATIONS.............................................................................................7 4.1 Existing Fill Materials................................................................................................................7 4.2 Potential Vertical Movements..................................................................................................7 4.3 Foundations—MonolithicSlab-On-Grade................................................................................7 4.4 Building Perimeter Conditions..................................................................................................8 4.5 Seismic Design Considerations.................................................................................................9 4.6 Pavement Sections..................................................................................................................10 5.0 SITE CONSTRUCTION RECOMMENDATIONS.......................................................................13 5.1 Subgrade Preparation.............................................................................................................13 5.1.1 Stripping and Grubbing...............................................................................................13 5.1.2 Rock Excavation Considerations.................................................................................13 5.1.3 Proofrolling.................................................................................................................14 5.1.4 Site Temporary Dewatering........................................................................................14 5.2 Earthwork Operations.............................................................................................................15 5.3 Material Specifications...........................................................................................................15 5.3.1 Moisture Conditioning Clay Fill...................................................................................15 5.3.2 Flexible Base...............................................................................................................16 5.3.3 Lime Stabilized Clay Material......................................................................................16 5.4 Foundation and Slab Observations.........................................................................................16 5.5 Utility Installations..................................................................................................................17 6.0 CLOSING...........................................................................................................................18 Delara Chase ECS Project No. 63:2047 APPENDICES Appendix A — Drawings & Reports • Site Location Diagram • Boring Location Diagram • Subsurface Cross-section • Geologic Survey Map Appendix B — Field Operations • Reference Notes • Boring Logs Appendix C — Laboratory Testing • Laboratory Testing Summary Appendix D — Supplemental Documents • Other Supplemental Documents June 21, 2024 Page N Delara Chase ECS Project No. 63:2047 EXECUTIVE SUMMARY June 21, 2024 Page 1 The following summarizes the main findings of the exploration, particularly those that may have a cost impact on the planned development. Further, our principal foundation recommendations are summarized. This Executive Summary is intended as a very brief overview of the primary geotechnical conditions that are expected to affect design and construction. Information gleaned from the executive summary should not be utilized in lieu of reading the entire geotechnical report. • The borings encountered fill, sandy lean clay/lean clay with sand, sandy fat clay, and tan weathered limestone to the boring termination depth of 20 feet. Groundwater seepage was observed at a depth of about 12 feet during drilling in Boring B-02. Seepage was not observed in the other borings during drilling and those borings were observed to be dry at completion of drilling. • Moderately expansive clays are present at this site. A potential vertical soil movements (PVM) of about 1.5 to 2.5 inches was estimated for this site. Subgrade treatment of the expansive clay soils is necessary to reduce the potential for vertical movements. • The planned clubhouse can be supported on a monolithic post -tensioned slab on grade foundation system. • Both asphalt pavement and Portland cement concrete pavement can be considered for automobile parking lots and drives. • It is recommended that ECS conduct a geotechnical review of the project plans (prior to issuance for construction) to check to see that ECS' geotechnical recommendations have been properly interpreted and implemented. • To prevent misinterpretation of ECS recommendations, ECS should be retained to perform quality control testing and documentation during construction of the earthwork and foundations for the project. Delara Chase June 21, 2024 ECS Project No. 63:2047 Page 2 1.0 INTRODUCTION The purpose of this study was to provide geotechnical information for the design and construction of a new clubhouse and new pavements within the proposed site. The new pavements include parking spaces, bicycle parking lots, drives, and utility improvements. The recommendations developed for this report are based on project information supplied by the client in their email on April 18, 2024. Our services were provided in accordance with our Proposal No. 63:3320-GP, dated April 25, 2024, as authorized by Ms. Erin Curby on May 14, 2024, which includes our Terms and Conditions of Service. This report contains the results of our subsurface exploration and geotechnical laboratory testing program, site characterization, engineering analyses, and recommendations for the design and construction of the planned development. The report includes the following items. • A brief review and description of our field and laboratory test procedures and the results of testing conducted. • A review of surface topographical features and site conditions. • A review of area and site geologic conditions. • A review of subsurface soil stratigraphy with pertinent available physical properties. • A final copy of our soil test borings. • Recommendations for foundations. • General recommendations for pavement design. • Recommendations for site preparation and construction of compacted fills, including an evaluation of on -site soils for use as compacted fills. Delara Chase ECS Project No. 63:2047 2.0 PROJECT INFORMATION 2.1 PROJECT LOCATION/CURRENT SITE USE June 21, 2024 Page 3 The project site is located at 4805 Altamesa Boulevard in Arlington, Tarrant County, Texas (GPS: 32.6473 N, 97.3970 W). The location is depicted in Figure — Site Location as shown below. The site consists of existing apartment buildings and asphalt pavements. Based on our observations at the site, the site generally slopes down from the southeast to northwest with a relief of about 5 feet. Site Location 2.2 PROPOSED CONSTRUCTION The following information explains our understanding of the planned development including the proposed buildings and related infrastructure. SUBJECT I DESIGN INFORMATION / ASSUMPTIONS Usage Residential — club house and pavements Framing Wood Number of Stories Single storied building Finish Floor Elevation (assumed) Within 2 feet of existing grades Delara Chase ECS Project No. 63:2047 3.0 FIELD EXPLORATION AND LABORATORY TESTING 3.1 SUBSURFACE EXPLORATION PROCEDURE June 21, 2024 Page 4 The field exploration was planned with the objective of characterizing the project site in general geotechnical and geological terms and to evaluate subsequent field and laboratory data to assist in the determination of geotechnical recommendations. The subsurface conditions were explored by six borings drilled to depths of about 5 to 20 feet below the existing site grades. A truck -mounted drill rig with continuous flight augers was utilized to drill the borings. The boring locations were determined by and identified in the field by ECS personnel using the supplied diagram. The approximate as -drilled boring locations are shown on the Boring Location Diagram in Appendix A. The ground surface elevations noted in this report were obtained from the TDHCA Site Plan prepared by MMA (dated 02/28/2024), which provided elevation contours in 1- foot intervals. Representative soil samples were obtained by means of the Shelby tube sampling procedures in accordance with ASTM Specifications D-1587. In the Shelby tube sampling procedure, a thin walled, steel seamless tube with sharp cutting edges is pushed hydraulically into the soil, and a relatively undisturbed sample is obtained. Texas Cone Penetrometer tests were performed to evaluate the load carrying capacity of the tan weathered limestone encountered. These tests were performed in general accordance with test method Tex-132-E in the Texas Department of Transportation (TxDOT) Manual of Testing Procedures. The results of these tests are shown on the attached boring logs at the depths of occurrence. Field logs of the soils encountered in the borings were maintained by the drill crew. After recovery, each geotechnical soil sample was removed from the sampler and visually classified. Representative portions of each soil sample were then wrapped in plastic and transported to our laboratory for further visual examination and laboratory testing. After completion of the drilling operations, the boreholes were backfilled with auger cuttings and patched at the existing ground surface. 3.2 SUBSURFACE CHARACTERIZATION The regional parent geologic mapping indicates that the site appears to be near the contact of the Pawpaw Formation, Weno Limestone and Denton Clay (Kpd) and Grayson Marl and Main Street Limestone (Kgm). The Pawpaw Formation, Weno Limestone and Denton Clay (Kpd) generally consists of alternating layers of limestone, shale, and sandstone. Chemical and mechanical weathering of the parent rock produces moderately to highly active clay soils. Groundwater in these formations is mostly encountered at the contacts and limited in quantity (perched). The Grayson Marl and Main Street Limestone (Kgm) consists of marl, light greenish gray to medium gray in color, with thin interbeds of limestone. This formation is approximately 15 to 60 feet thick. The Main Street Limestone consists of thick limestone beds, yellowish gray to white in color, Delara Chase June 21, 2024 ECS Project No. 63:2047 Page S interbedded with thin marl beds. This formation is on the order of 10 to 20 feet thick. Generally, Grayson Marl and Main Street Limestone residual soils are moderate plasticity clays. Please refer to the geologic survey map in Appendix A. The subsurface conditions encountered were generally consistent with published geological mapping. The following sections provide generalized characterizations of the soil and rock strata. Please refer to the boring logs in Appendix B. Subsurface Stratigraphy Approximate Depth to Elevation of Bottom of Bottom of Strata (ft) Strata (1) (ft) Stratum Description Consistency N otes: 0.5 to 2 (2) EL. +829.0 to 833.0 1 FILL, SANDY LEAN CLAY, dark Very Stiff brown, with gravel to Hard (CL) SANDY LEAN CLAY/LEAN CLAY WITH SAND, brown, Stiff to 4 to 20131 EL. +814.0 to 830.0 II yellowish brown, reddish brown, Hard with limestone fragments and gravel (CH) SANDY FAT CLAY, brown, 20 (4) EL. +814.0 III reddish brown, with limestone Hard fragments 5 (s) EL. +826.0 to 830.0 IV LIMESTONE, weathered, tan Weathered Rock (1) Please note that the ground surface elevations were obtained from the TDHCA Site Plan prepared by MMA (dated 02/28/2024). (2) Encountered in all borings. (3) Encountered in all borings. Borings B-01 and P-01, P-02, and P-04 were terminated in this stratum at depths of 5 to 20 feet below the existing surface. (4) Encountered in Boring B-02. Borings B-02 was terminated in this stratum at a depth of 20 feet below the existing surface. (5) Encountered in Borings P-03 and P-05. The borings were terminated in this stratum at a depth of 5 feet below the existing surface. A graphical presentation of the subsurface conditions is shown on the Generalized Subsurface Soil Profile included in Appendix A. 3.3 GROUNDWATER OBSERVATIONS Groundwater level observations were made in the borings during drilling operations. In auger drilling operations, water is not introduced into the borehole and the groundwater position can often be determined by observing water flowing into the excavation. Furthermore, visual observation of soil samples retrieved can often be used in evaluating the groundwater conditions. Groundwater seepage was observed at a depth of about 12 feet during drilling in Boring B-02. Seepage was not observed in the other borings during drilling and those borings were observed to be dry at completion of drilling. Variations in groundwater levels can occur as a result of changes in precipitation, evaporation, surface water runoff, construction activities, and other factors not immediately apparent at the time of this exploration. The highest groundwater observations are normally observed in the late Delara Chase June 21, 2024 ECS Project No. 63:2047 Page 6 winter and early spring. Therefore, the groundwater conditions at this site could be different at the time of construction. The possibility of groundwater level fluctuation should be considered when developing the design and construction plans for the project. 3.4 LABORATORY TESTING The laboratory testing consisted of selected tests performed on samples obtained during our field exploration operations. Classification and index property tests were performed on representative soil samples. The tests included moisture content, Atterberg Limits, percent passing No. 200 sieve, and overburden swell tests that are presented in Appendix C. Soil samples were visually classified on the basis of texture and plasticity in accordance with ASTM D2488 Standard Practice for Description and Identification of Soils (Visual -Manual Procedures) and including USCS classification symbols, and ASTM D2487 Standard Practice for Classification for Engineering Purposes (Unified Soil Classification System (USCS). After classification, the samples were grouped in the major zones noted on the boring logs in Appendix B. The group symbols for each soil type are indicated in parentheses along with the soil descriptions. The stratification lines between strata on the logs are approximate; in situ, the transitions may be gradual. The soil samples will be retained in our laboratory for a period of 60 days, after which, they will be discarded unless other instructions are received as to their disposition. Delara Chase June 21, 2024 ECS Project No. 63:2047 Page 7 4.0 DESIGN RECOMMENDATIONS The following recommendations have been developed on the basis of previously described project characteristics and subsurface conditions. If there are any changes to the project characteristics or if different subsurface conditions are encountered during construction, ECS should be consulted so that the recommendations of this report can be reviewed. While site grading information was not available at the time of preparing this report, we have assumed that the building finished floor elevations will be within 2 feet of the existing grade. The recommendations provided below should be reviewed by our office once the site grading plan is available. 4.1 EXISTING FILL MATERIALS Clay fill materials are present at the site surface to about 1 to 2 feet below existing grades. These fill materials appear to be free of deleterious materials and relatively compact. Excavation and replacement of existing fill soil is recommended below for proposed paving areas if some settlement in existing fills cannot be tolerated. If some risk of settlement can be tolerated, proof rolling as recommended in Section 5.1.3. Proofrolling can be considered in lieu of excavation and replacement. 4.2 POTENTIAL VERTICAL MOVEMENTS The clayey soils encountered at this site are moderately expansive. These soils are susceptible to shrink swell tendencies, occurring seasonally, throughout the life of the facility with the changes in moisture content. Based on test method TEX-124-E in the Texas Department of Transportation (TxDOT) Manual of Testing Procedures, overburden swell tests and our experience with similar soils, we estimate potential vertical soil movements (PVM) on the order of 1.5 to 2.5 inches in floor slabs placed near existing grade. The actual movements could be greater if fill materials are placed on existing grade or poor drainage, ponded water, and/or other unusual sources of moisture are allowed to saturate the soils beneath the structure after construction. 4.3 FOUNDATIONS — MONOLITHIC SLAB -ON -GRADE We anticipate that the planned clubhouse will be designed using a PVR of 2.0 inches or less. In order to achieve a uniform PVM across the proposed on -grade structures and reduce the risk associated with future movements, we recommend the following subgrade improvement options: Subgrade Improvements Depth of Moisture Conditioning (feet) Total Depth of Improved Zone PVM (inch) Notes: (1) Or top of tan weathered limestone, whichever is shallower. The moisture conditioning should extend beyond the building lines to include building entrances, abutting sidewalks, flatwork areas sensitive to movement and 5 feet beyond those elements. Exterior grade beam backfill should consist of on -site moisture conditioned soils. Properties of moisture conditioned soil are provided in Section 5.3 Material Specifications. Delara Chase June 21, 2024 ECS Project No. 63:2047 Page 8 The planned clubhouse can be supported by a monolithic slab-on-grade/grade beam structural foundation system. This system may be designed with conventional reinforcing or by post - tensioning. The slab should be designed in accordance with WRI/CRSI "Design Slab -On -Ground Foundations" or PTI "Design and Construction of Post -Tensioned Slabs -On -Ground". The following design parameters are recommended for the Post -Tensioning Institute's slab -on -grade design method (3rd Edition): Recommended PTI Parameters (3rd Edition) Anticipated PVR on Existing Condition or Improved Subgrade Center Lift Edge Lift Em (feet) Ym (inches) Ern (feet) Ym (inches) 2 1 8.3 8.3 1.3 0.8 4.3 4.3 1.6 1.0 Based on the conditions encountered in the borings, some grade beams may be situated in clays and some in limestone in a single building. We recommend placing the grade beams in a single building in one type of subgrade materials. If grade beams in a portion of the building is situated in limestone, we recommend excavating limestone to a minimum depth of 1 foot below grade beams in the building area. On site soils can then be used to backfill the excavated area. A net allowable soil bearing pressure of 2,500 psf can be used to design grade beams, as described in the section titled "Earthwork Operations". Grade beams should have a minimum width of 12 inches to reduce the possibility of foundation bearing failure and excessive settlement due to local shear or "punching" failures. Additionally, the grade beams should extend at least 18 inches below final adjacent grade to utilize this bearing pressure. Soils should be sloped away from the building to drain surface water away from the structures. These design parameters assume that positive drainage will be provided away from the structures and with moderate irrigation of surrounding lawn and planter areas with no excessive wetting or drying of soils adjacent to the foundations. Greater potential movements could occur with extreme wetting/drying of the soils due to ponding of water, plumbing leaks or lack of irrigation. If floor treatments that are sensitive to moisture will be used, a 10-mil vapor retarder of polyethylene sheeting or similar material should be placed beneath the slab to reduce moisture migration through the slab. If a vapor retarder is considered to provide moisture protection, special attention should be given to the surface curing of the slabs to reduce uneven drying of the slabs and associated cracking and/or slab curling. Please refer to ACI 302.1R96 Guide for Concrete Floor and Slab Construction and ASTM E 1643 Standard Practice for Installation of Water Vapor Retarders Used in Contact with Earth or Granular Fill under Concrete Slabs for additional guidance on this issue. The slab may be designed assuming a modulus of subgrade reaction, ki of 110 pci (lbs/cu. inch). 4.4 BUILDING PERIMETER CONDITIONS Soils placed along the exterior of the buildings should be on -site clayey soils placed and compacted to at least 95% of the Maximum Dry Density at least 3 percentage points above optimum moisture content as obtained using the Standard Proctor Method (ASTM D-698). The purpose of this clay backfill is to reduce the opportunity for surface or subsurface water infiltration beneath the Delara Chase June 21, 2024 ECS Project No. 63:2047 Page 9 structure. Additionally, where penetrations into the structure occur, a clay plug (or suitable synthetic alternative) should be placed at the building line to reduce the opportunity for infiltrating water, regardless of the backfill material. Atypical clay plug detail is provided in Appendix D of the report. Positive drainage away from the structures should also be provided. Additionally, Irrigation of lawn and landscaped areas should be moderate, with no excessive wetting or drying of soils around the perimeter of the structures allowed. Trees and bushes/shrubs planted near the perimeter of the structures can withdraw large amounts of water from the soils and should be planted at least their anticipated mature height away from the buildings. Where flatwork is placed against or near the structure, a positive seal must be installed and adequately maintained to reduce water intrusion. Down spouts and gutters should be used to collect and distribute water away from the structure. Routine maintenance is required to ensure that the recommendations contained in this report are followed and maintained. Greater potential movements could occur with extreme wetting or drying of the soils due to poor drainage, ponding of water, plumbing leaks, lack of irrigation, and/or lack of routine maintenance, etc. 4.5 SEISMIC DESIGN CONSIDERATIONS Seismic Site Classification: The International Building Code (IBC) requires site classification for seismic design based on the upper 100 feet of a soil profile. The methods are utilized in classifying sites, namely the shear wave velocity (v5) method; the undrained shear strength (su) method; and the Standard Penetration Resistance (N-value) method. The undrained shear strength (su) method was used in classifying this site. Seismic Site Classification Site Soil Profile Name Shear Wave Velocity, N value (bpf) S. (psf) Class Vs, (ft./s) A Hard Rock Vs > 5,000 N/A N/A B Rock 2,500 < Vs 5 5,000 N/A N/A C Very dense soil and soft rock 1,200 < Vs 5 2,500 >50 sU> 2,000 D Stiff Soil Profile 600 5 Vs <_ 1,200 15 to 60 1,000 5 sU 5 2000 E Soft Soil Profile Vs < 600 <15 su < 1000 Based upon our interpretation of the subsurface conditions, the appropriate Seismic Site Classification is "C" as shown in the preceding table. Ground Motion Parameters: In addition to the seismic site classification, ECS has determined the design spectral response acceleration parameters following the IBC methodology. The Mapped Reponses were estimated from the USGS website https://earthquake.usgs.gov/ws/designmaps/. The design responses for the short (0.2 sec, SDs) and 1-second period (SD1) are noted in bold at the far right end of the following table. Delara Chase ECS Project No. 63:2047 Mapped Spectral Period Response (sec) Accelerations (g) Reference Figures 1613.3.1 (1) & (2) Ground Motion Parameters Values of Site Maximum Spectral Coefficient Response Acceleration for Site Class Adjusted for Site Class (g) Tables 1613.3.3 Eqs. 16-37 & (1) & (2) 16-38 0.2 Ss 0.087 Fa 1.0 Ss 0.05 Fv 1.3 Sms=FaSS 0.114 1.5 SMi=FvS1 0.074 June 21, 2024 Page 10 Design Spectral Response Acceleration (g) Eqs. 16-39 & 16-40 SDs=2/3 0.076 SMs SD1=2/3 0.05 Smi The Site Class definition should not be confused with the Seismic Design Category designation which the Structural Engineer typically assesses. If a higher site classification is beneficial to the project, we can provide additional testing methods that may yield more favorable results. 4.6 PAVEMENT SECTIONS As previously noted, the PVM of this site is about 1.5 to 2.5 inches. Should these movements be unacceptable for the pavements, the recommendations included in this report to achieve more desirable future movements should be followed. Proposed paved areas should be proof -rolled with heavy compaction equipment to attempt to locate soft or undesirable soils so they can be removed and replaced with properly placed and compacted soils. New fill may consist of on -site soils or similar. These materials should be compacted to at least 95% of the Maximum Dry Density at or above optimum moisture content as obtained using the Standard Proctor Method (ASTM D698). Care should be taken to verify and preserve the specified moisture levels in the reworked clays prior to placement of the pavements. Either asphalt (flexible) pavement or Portland cement concrete (rigid) pavement can be considered for this site. Lime stabilization is recommended beneath asphaltic concrete pavements. Portland cement concrete pavement may be placed on lime stabilized subgrade or, on scarified and compacted subgrade without lime stabilization. For lime stabilization, a preliminary application rate of 7% lime by dry weight of clay can be used. The actual amount of lime required should be confirmed by additional laboratory tests (lime series) during the construction phase. The lime stabilization should conform TxDOT Item 260. The stabilized soil should be compacted to at least 95% of the Maximum Dry Density at workable moisture contents of about 3 percentage points above the optimum moisture content as obtained using the Standard Proctor Method (ASTM D698). Stabilization should extend at least 1 foot beyond the pavement edges. Typical pavement sections are provided below. The Standard Duty and Medium Duty asphalt pavements with lime stabilization are adequate for design life of 50,000 and 100,000 ESAL, respectively. The Standard Duty and Medium Duty concrete pavements without lime stabilization are adequate for design life of 50,000 and 125,000 ESAL, respectively. If lime stabilization is performed beneath concrete pavements, the Standard Duty and Medium Duty concrete pavements are adequate for design life of 80,000 and 200,000 ESAL, respectively. Recommended pavement sections are provided below. Delara Chase ECS Project No. 63:2047 June 21, 2024 Page 11 Please note that the recommended pavement sections provided below are considered the minimum necessary to provide satisfactory performance. In some cases, jurisdictional minimum standards for pavement section construction may exceed those provided below. Pavement Sections Material Asphaltic Concrete Pavement Portland Cement Concrete (PCC) Pavement Description Standard Duty Medium Duty Standard Duty Medium Duty Dumpster or Fire Lanes Area Asphalt Surface 2 inches 2 inches -- - - Course Asphalt Binder 3 inches 4 inches -- -- -- Course' Portland Cement - -- 5 inches 6 inches 7 inches Concrete 6 inches 6 inches 6 inches 6 inches 6 inches Subgradez,3 Lime stabilized Lime stabilized Compacted Lime stabilized Lime stabilized subgrade subgrade subgrade subgrade3 subgrade' Notes: 1. Flexible base material may be substituted for the asphalt binder using a substitute ratio of three inches of flexible base for each inch of asphalt binder. 2. Flexible base materials may be substituted with the lime stabilization at an equivalent thickness substitution. 3. In lieu of lime -stabilization, the thickness of the concrete section may be increased by one inch and constructed over a minimum six-inch thick scarified and recompacted subgrade. 4. In lieu of lime -stabilization, the thickness of the concrete section for dumpster area may be increased by two inches and constructed over a minimum six-inch thick scarified and recompacted subgrade. An important consideration with the design and construction of pavements is surface and subsurface drainage. Where standing water develops, either on the pavement surface or within the base course layer, softening of the subgrade and other problems related to the deterioration of the pavement can be expected. Furthermore, good drainage should reduce the possibility of the subgrade materials becoming saturated during the normal service period of the pavement. Pavement should be specified, constructed, and tested to meet the following requirements: 1. Reinforcing steel may consist of #3 reinforcing steel bars placed at 18 inches on center each way. 2. Portland Cement Concrete: Minimum compressive strength of 3,600 lbs. per sq inch at 28 days. Concrete should be designed with 3 to 6 percent entrained air. 3. Hot Mix Asphaltic Concrete: Item 340 of the TOOT Standard Specifications, Type A or B Base Course (binder), Type D Surface Course. The coarse aggregate in the surface course should be crushed limestone rather than gravel. Delara Chase June 21, 2024 ECS Project No. 63:2047 Page 12 4. Flexible Base Material: Item 247 of the TxDOT Standard Specifications, Type D, Grade 1-2. The material should be compacted to a minimum 95 percent of standard Proctor maximum dry density (ASTM D698) and within three percentage points of the material's optimum moisture content. Proper joint placement and design is critical to pavement performance. Load transfer at the joints and maintenance of watertight joints should be accomplished by use of proper joint seals and dowels. Control joints in new pavement should be sawed as soon as practical and preferably within 5 to 12 hours after placing concrete in order to control the location of cracks which form as the concrete cures. Longitudinal and transverse control joints should be sawed at about 15-foot spacing. Joints should be properly cleaned and sealed as soon as possible to avoid infiltration of water, small gravel, etc. Delara Chase ECS Project No. 63:2047 5.0 SITE CONSTRUCTION RECOMMENDATIONS 5.1 SUBGRADE PREPARATION June 21, 2024 Page 13 In a dry and undisturbed state, the soil at the site will provide good subgrade support for fill placement and construction operations. However, the soils at the site contain fines which are considered moderately erodible, moisture and disturbance sensitive when wet and degrade quickly with disturbance from contractor operations. Therefore, good site drainage should be maintained during earthwork operations in order to keep the surface water away from the project area during the construction phase. We recommend that an attempt be made to enhance the natural drainage without interrupting its pattern. The erosion and sedimentation shall be controlled in accordance with sound engineering practice and current jurisdictional requirements. 5.1.1 Stripping and Grubbing In preparing the site for construction, all loose, poorly compacted existing soils, vegetation, organic soil, foundations or utilities, existing fill material (as defined in this report), or other unsuitable materials should be removed from all proposed building and paving areas, and any areas receiving new fill. ECS should be called on to verify that topsoil and unsuitable surficial materials have been completely removed prior to the placement of fill or construction of structures. The site preparation will involve demolition of the existing building, pavement and utilities currently occupying the site. Underground utilities which will be abandoned should be removed or at least filled with flowable concrete. Existing foundation elements, if present, should be removed or cut off at least 2 feet below the new structural elements and utilities. ECS should be retained to verify that topsoil and yielding surficial materials have been removed prior to the placement of new fill or construction of pavements. 5.1.2 Rock Excavation Considerations Shallow rock was encountered during our subsurface exploration and rock excavation techniques may be necessary for this project. It has been our experience that single -tooth rippers can usually rip to depths on the order of two (2) to three (3) feet below the top of the tan limestone in large, open, excavations. Below that, or in small excavations, more extensive efforts are required. If excavations are advanced deeper than 1 to 2 feet below the top of the tan limestone, excavation or ripping can be achieved only with great difficulty, and other means are normally required in order to facilitate removal of the rock. For purposes of contract terms, we recommend that "rock" be defined as follows: "Rock shall be defined as those natural materials which cannot be excavated in an open excavation with a Caterpillar Model No. D-8, heavy duty tract type -tractor, weighted at not less than 285 hp (flywheel power) and equipped with a single -shank hydraulic ripper, capable of exerting not less than 45,000 lbs. breakout force, or equivalent machinery. For footings, utility trenches and pits, rock shall be defined as those materials that cannot be excavated with a Caterpillar Model No. 215D LC tract - type hydraulic excavator, equipped with a 42-inch wide short -tip radius rock bucket, rated at not less than 120 hp flywheel power with bucket -curling force of not less than 25,000 lbs. and stick - crowd force of not less than 18,000 lbs." Delara Chase June 21, 2024 ECS Project No. 63:2047 Page 14 Depending on the excavation methods, the rock at this site will typically excavate in relatively large, blocky and platy pieces, which are difficult to compact for suitable long-term performance. Also, these materials experience rapid degradation due to weathering over relatively short periods of time, once exposed to air and water conditions. Therefore, these larger pieces, which break up as rock -like fragments in the initial excavation, must be compacted with sufficient compaction energy to substantially break them down into soil size particles during construction. Excavated tan limestone may be suitable for fill within the building and paving limits. For the purposes of this report, all rock materials excavated at the site will be considered nondurable. Nondurable rock materials removed during excavations may be used as fill if suitably decomposed by mechanical effort. Durability is the term used to describe the ability of a rock or rock -like material to withstand long term chemical and mechanical weathering without size degradation. Any rock excavated from the site and used as earthwork fill should have a well -graded grain size distribution with rock and soil particles ranging from clay or silt size particles to a maximum size of 4 inches in diameter with 2-inch-thick plates. Particles larger than this should be decomposed by mechanical compaction equipment to achieve the desired grain size distribution. Once appropriately broken down, this material may then be placed and compacted at workable moisture contents above the optimum moisture content and compacted to at least 95% of the Maximum Dry Density as obtain using the Standard Proctor Method (ASTM D-698). 5.1.3 Proofrolling Prior to fill placement or other construction on subgrades, the subgrades should be evaluated by an ECS field technician. The exposed subgrade should be proofrolled with construction equipment having a minimum axle load of 10 tons [e.g., fully loaded tandem -axle dump truck]. Proofrolling should be traversed in two perpendicular directions with overlapping passes of the vehicle under the observation of an ECS technician. This procedure is intended to assist in identifying any localized yielding materials. Where proofrolling identifies areas that are yielding or "pumping" subgrade those areas should be repaired prior to the placement of subsequent fill or other construction materials. Methods of stabilization include undercutting, moisture conditioning, or chemical stabilization. The situation should be discussed with ECS to determine the appropriate procedure. Test pits may be excavated to explore the shallow subsurface materials to help in identifying the cause of the observed yielding materials, and to assist in the evaluation of appropriate actions to prepare the subgrade. 5.1.4 Site Temporary Dewatering Based upon our subsurface exploration at this site, we believe construction dewatering at this site will be mainly limited to removing accumulated rainwater from low lying areas and some minor seepage. Temporary sump pits can be used and established at an elevation below the bottom of the excavation subgrade. A perforated 55-gallon drum or other temporary structure could be used to house the pump. Delara Chase June 21, 2024 ECS Project No. 63:2047 Page 15 Details of a typical French drainage installation are included in Appendix D. A typical French drain consists of an 18 to 24-inch wide by 18 to 24-inch-deep bed of AASHTO #57 stone wrapped in a medium duty, non -woven geotextile. Actual dimensions should be as determined necessary during construction. After the installation has been completed, the geotextile should be wrapped over the top of the gravel followed by placement of backfill. 5.2 EARTHWORK OPERATIONS Prior to placement of any new general fill, all subgrades should be scarified to a depth of 6 inches, compacted to at least 95% of Maximum Dry Density as obtained by the Standard Proctor Method (ASTM D-698) and moisture conditioned above the optimum value. Fills should be benched into the existing soils. Onsite soils can be used as fill materials. Imported soil used for general fill should not have a Plasticity Index (PI) of greater than the material encountered onsite. General fill material, outside of the building subgrade improvements, should be placed at or above optimum moisture content and compacted to at least 95% of the Maximum Dry Density as obtained by the Standard Proctor Method (ASTM D-698). Fill soils should be placed in 8-inch loose lifts for mass grading operations and 4-inch lifts for trench type excavations where walk behind or 'jumping jack" compaction equipment is used. Upon completion of the filling operations, care should be taken to maintain the soil moisture content prior to construction of floor slabs and pavements. Soil moisture levels can be preserved by various methods that can include covering with plastic, watering, etc. If the soil becomes desiccated, the affected material should be removed and replaced, or these materials should be scarified, moisture conditioned and recompacted. Utility cuts should not be left open for extended periods of time and should be properly backfilled. Backfilling should be accomplished with properly compacted on -site soils, rather than granular materials. The clay plug detail provided in Appendix D is an acceptable method for the utility trench cut-off. Field density and moisture tests should be performed on each lift as necessary to verify that adequate compaction is achieved. As a guide, one test per 2,500 square feet per lift is recommended in the building and paving areas (two tests minimum per lift). Utility trench backfill should be tested at a rate of one test per lift per each 150 linear feet of trench (two tests minimum per lift). Certain jurisdictional requirements may require testing in addition to that noted previously. Therefore, these specifications should be reviewed and the more stringent specifications should be followed. 5.3 MATERIAL SPECIFICATIONS Material specifications recommended for this project are provided below. 5.3.1 Moisture Conditioning Clay Fill Moisture conditioning may be performed within the building and flatwork areas sensitive to movements. Moisture conditioning of the existing clays, and all new clayey fill is performed to Delara Chase June 21, 2024 ECS Project No. 63:2047 Page 16 increase the moisture of the clays to a level that reduces their ability to absorb additional water that could result in post -construction heave in these soils. The moisture conditioning should consist of undercutting the existing soils to the depths recommended in this report, scarifying the exposed subgrade, and reworking of excavated soils, as required to achieve the required subgrade improvement. During this process, the clay should receive adequate amounts of water to ensure uniform moisture content of at least 3 percentages or higher above the optimum moisture content. During the addition of water, the soils should be adequately mixed, and re -mixed, to ensure a relatively uniform distribution of the moisture throughout the soil mass. Once appropriately mixed, the material should be compacted to at least 95% of the Maximum Dry Density as obtained using the Standard Proctor Method (ASTM D-698). Outside of the moisture conditioned zone and where clay is used to establish site grades, we recommend that the clay material be placed and compacted to at least 95% of the Maximum Dry Density at or above the optimum moisture content as obtained using the Standard Proctor Method (ASTM D-698). These soils should be free of deleterious materials and be reworked to ensure a uniform distribution of water in order to achieve a uniform moisture content above the optimum moisture content. Care should be taken to verify and preserve the specified moisture levels in the reworked clays prior to placement of floor slabs and pavements. 5.3.2 Flexible Base Flexible base should meet the requirements of TxDOT Item 247, Type D, Grade 1-2. Recycled concrete meeting the gradation requirements of flexible base is also acceptable for use. The flexible base and recycled concrete should be compacted to 95% of maximum dry density at or above the optimum moisture content as obtained using the Standard Proctor Method (ASTM D698). 5.3.3 Lime Stabilized Clay Material Lime modified clay can be used for the protective cap over moisture conditioned clays. A preliminary lime application rate of 8% hydrated lime by dry weight of clay (TxDOT Item 260) or 36 lbs. per SY (6 inches lime subgrade) should be used for budgeting purposes. The actual amount of lime required should be confirmed by additional laboratory tests (lime series) during the construction phase. The lime stabilized clay should be thoroughly mixed and appropriately mellowed for at least 48 hours (TxDOT Item 260) and tested for gradation and lime solubility (pH) prior to final placement and compaction. Once appropriately mixed and mellowed, this material may then be placed and compacted at workable moisture contents 3 percentage points above the optimum moisture content and compacted to at least 95% of the Maximum Dry Density as obtain using the Standard Proctor Method (ASTM D-698). 5.4 FOUNDATION AND SLAB OBSERVATIONS Protection of Foundation Excavations: Exposure to the environment may weaken the soils in foundations if the foundation excavations remain open for too long a time. Therefore, foundation Delara Chase June 21, 2024 ECS Project No. 63:2047 Page 17 concrete should be placed immediately after the excavation has been completed, cleaned, and observed. If the bearing soils are softened by surface water intrusion or exposure, the softened soils must be removed from the foundation excavation immediately prior to placement of concrete. 5.5 UTILITY INSTALLATIONS Utility Subgrades: The soils encountered in our exploration are expected to be generally acceptable for support of utility pipes. The pipe subgrades should be observed and probed for stability by ECS. Any loose or yielding materials encountered should be removed and replaced with acceptable material. Utility Backfilling: The granular bedding material (often AASHTO #57 stone) should be at least 4 inches thick, but not less than that specified by the civil engineer's project drawings and specifications. We recommend that the bedding materials be placed up to the springline of the pipe. Fill placed for support of the utilities, as well as backfill over the utilities, should satisfy the project requirements. Excavation Safety: All excavations and slopes should be constructed and maintained in accordance with OSHA excavation safety standards. The contractor is solely responsible for designing, constructing, and maintaining stable temporary excavations and slopes. The contractor's responsible person, as defined in 29 CFR Part 1926, should evaluate the soil exposed in the excavations as part of the contractor's safety procedures. In no case should slope height, slope inclination, or excavation depth, including utility trench excavation depth, exceed those specified in local, state, and federal safety regulations. ECS is providing this information solely as a service to our client. ECS is not assuming responsibility for construction site safety or the contractor's activities; such responsibility is not being implied and should not be inferred. Delara Chase June 21, 2024 ECS Project No. 63:2047 Page 18 6.0 CLOSING ECS has prepared this report of findings, evaluations, and recommendations to guide geotechnical- related design and construction aspects of the project. The description of the proposed project is based on information provided to ECS by the client. If any of this information is inaccurate, either due to our interpretation of the documents provided or site or design changes that may occur later, ECS should be contacted immediately in order that we can review the report in light of the changes and provide additional or alternate recommendations as may be required to reflect the proposed construction. We recommend that ECS be allowed to review the project's plans and specifications pertaining to our work so that we may ascertain consistency of those plans/specifications with the intent of the geotechnical report. Field observations, monitoring, and quality assurance testing during earthwork and foundation installation are an extension of and integral to the geotechnical design recommendation. We recommend that the owner retain these quality assurance services and that ECS be allowed to continue our involvement throughout these critical phases of construction to provide general consultation as issues arise. ECS is not responsible for the conclusions, opinions, or recommendations of others based on the data in this report. The analysis and recommendations submitted in this report are based upon the data obtained from the soil borings and tests performed at the locations as indicated on the Boring Location Diagram and other information referenced in this report. This report does not reflect any variations, which may occur between the borings. In the performance of the subsurface exploration, specific information is obtained at specific locations at specific times. However, it is a well-known fact that variations in subsurface conditions exist on most sites between boring locations and also such situations as groundwater levels vary from time to time. The nature and extent of variations may not become evident until the course of construction. If variations then appear evident, after performing on -site observations during the construction period and noting characteristics and variations, a reevaluation of the recommendations for this report will be necessary. Appendix A - Drawings and Reports Site Location Diagram Boring Location Diagram(s) Subsurface Cross-Section(s) Geologic Survey Map Ilk ERE, nSfflM Clap dint -ibutors 0 r N W E u ILK ok m2m6a .2 SITE LOCATION DIAGRAM DELARA CHASE 4805 ALTAMESA BOULEVARD, FORT WORTH, TEXAS DELARA CHASE, LLC ENGINEER CT2 SCALE AS NOTED PROJECT NO. 63-2047 FIGURE 1 OF 1 DATE 6/11 /2024 IN Legend Service Layer Credits: Esri, HER `'Garmin, (o) contributors ` = - ■ ■ W S - y _1 ='y • V r. Approximate Building Boring Locations Approximate Pavement Boring Locations .-_ ` ' = 0 Yes' `80 EE BORING LOCATION DIAGRAM DELARA CHASE 4805 ALTAMESA BOULEVARD, FORT WORTH, TEXAS DELARA CHASE, LLC 16 ENGINEER CT2 SCALE AS NOTED PROJECT NO. 63:2047 FIGURE 1 OF 1 DATE 6/17/2024 Legend Key - Asphalt Fill ®Lean Clay (CL) FatClay (CH) Notes: 835 ij 6 835 Lb m x 834 Asphalt Asphalt 834 Fill 833— ------------------------------------------------------------------------------------------ - -------------------------------------------------------------------------------------------- 833 FIII 832— ------------------------------------------------------------------------------------------ --------------------------------------------------------------------------------------------------------------------- 832 CL 831— ------------------------------------------------------------------------------------------ --------------------------------------------------------------------------------------------------------------------- 831 830— ------------------------------------------------------------------------------------------ --------------------------------------------------------------------------------------------------------------------- 830 829— ------------------------------------------------------------------------------------------ ----GL-------------------------------------------------------------------------------------------------------------- 829 828— ------------------------------------------------------------------------------------------ --------------------------------------------------------------------------------------------------------------------- 828 827— ------------------------------------------------------------------------------------------ --------------------------------------------------------------------------------------------------------------------- 827 826— ------------------------------------------------------------------------------- -------------------------------------------------------------------------------------------------------------------- 826 1 �I 824------------------------------------------------------------------------------------------- --------------------------------------------------------------------------------------------------------------------- 824 823— ------------------------------------------------------------------------------------------ I ,.--------------------------------------------------------------------------------------------------------------------- 823 822—-------------------------------------------------------------------- =------------------------------------------------------ Ci------------------------------------------------------------------------------— 822 I 820—------------------------------------------------------------------------------------------ �I .'----GH-------------------------------------------------------------------------------------------------------------- 820 --------------------------------------------------------------------------------------------------------------------- 819 818—------------------------------------------------------------------------------------------ --------------------------------------------------------------------------------------------------------------------- 818 I 817— ----------------------------------------------------------------------------------------- �.--------------------------------------------------------------------------------------------------------------------- 817 816— ----------------------------------------------------------------------------------------- `� ''--------------------------------------------------------------------------------------------------------------------- 816 815------------------------------------------------------------------------------------------ II--------------------------------------------------------------------------------------------------------------------- 815 l ---------------------------------------------------------------------------------------------------------------- -------------------------------------------------------------------------------------- 814 eoe @ zo Eoe � 20 814 1- EOB END OF BORING AR AUGER REFUSAL SR SAMPLER REFUSAL. 2-THE NUMBER BELOW THE STRIPS IS THE DISTANCE ALONG THE BASELINE 3-SEE INDIVIDUAL BORING LOGAND GEOTECHNICAL INFORMATION 4-STANDARD PENETRATION TEST RESISTANCE (LEFT OF BORING) IN BLOWS PER FOOT (ASTM D1586). PI Xtic Limit Wate ntent Liquid Lim it I � WL (First Encountered) [Fines Content %] I V WL (Completion) Bottom of Casing I WL (Estimated Seasonal laar Loss of Circulation I High Water) I O Calibrated Penetrometer Q WL (Stabilized) = Fill - Possible Fill Probable Fill ED6 - Rock Project No: GENERALIZED SUBSURFACE Cross -Section A -A' Delara Chase Delara Chase, LLC 4805 Altamesa Boulevard, Fort Worth, Texas 63:2047 1 Date: 06/1712024 .sf - ,t- _w,"•. , / �, '■�? • `zhi � � �`� �'�` � '•� , � �F, .. - -t � - '�• i7 'r +■M�+��"�r..w- :r Jam,",■ Ct- � >, t•,•■�t 1 ` f y. ,• t # : } �` R• •!i .' f r :`l � � � � ' j k � '' . ! � s" M'Mir • ..ir. ` f: � _ I t�l s�►y++1.•� 's.� �f'„�j'i � .i.� 'r,�.r� ••f..,•,.'yi, lir 20 Ol IL �.. �S= �. ' � 1 �`s � - � ---i' � a • • t � .� � s .iAli :. 19 do or �k j - �� - � t� ��' �ti'•.ry• • �4 � r. ;•.�i" V `'�I � - -.4 •4.e �r t .► hYr j' i' fir` � • � • � ma's �, � ` � . •,'' . i Appendix B — Field Operations Reference Notes Boring Logs REFERENCE NOTES FOR BORING LOGS MATERIAL' 2 DRILLING SAMPLING SYMBOLS & ABBREVIATIONS SS Split Spoon Sampler PM Pressuremeter Test ASPHALT ST Shelby Tube Sampler RD Rock Bit Drilling WS Wash Sample RC Rock Core, NX, BX, AX CONCRETE BS Bulk Sample of Cuttings REC Rock Sample Recovery % PA Power Auger (no sample) RQD Rock Quality Designation % GRAVEL HSA Hollow Stem Auger TOPSOIL PARTICLE SIZE IDENTIFICATION DESIGNATION PARTICLE SIZES VOID Boulders 12 inches (300 mm) or larger BRICK Cobbles 3 inches to 12 inches (75 mm to 300 mm) 0 0 ❑ do AGGREGATE BASE COURSE Gravel: Coarse Fine 3/4 inch to 3 inches (19 mm to 75 mm) 4.75 mm to 19 mm (No. 4 sieve to 3/4 inch) � GW WELL -GRADED GRAVEL Sand: Coarse Medium 2.00 mm to 4.75 mm (No. 10 to No. 4 sieve) 0.425 to 2.00 40 to No. 10 } gravel -sand mixtures, little or no fines Fine mm mm (No. sieve) a 0.074 mm to 0.425 mm (No. 200 to No. 40 sieve) �� � GP POORLY -GRADED GRAVEL Fines" Silt & Clay ("Fines") <0.074 mm (smaller than a No. 200 sieve) � o gravel -sand mixtures, little or no fines GM SILTY GRAVEL gravel -sand -silt mixtures COHESIVE SILTS & CLAYS COARSE FINE GC CLAYEY GRAVEL UNCONFINED RELATIVE GRAINED GRAINED gravel -sand -clay mixtures COMPRESSIVE SPT5 CONSISTENCY' AMOUNT mll mll 6 �6 • SW WELL -GRADED SAND STRENGTH, QP4 (BPF) (COHESIVE) Trace <5 <5 • gravelly sand, little or no fines <0.25 <2 Very Soft SP POORLY -GRADED SAND 0.25 - <0.50 2-4 Soft With 10 - 20 10 - 25 gravelly sand, little or no fines 0.50 - <1.00 5-8 Firm Adjective 25 - 45 30 - 45 SM SILTY SAND 1.00 - <2.00 9 - 15 Stiff (ex: "Silty') sand -silt mixtures 2.00 <4.00 16 - 30 Very Stiff SC CLAYEY SAND 4.00 - 8.00 31 - 50 Hard sand -clay mixtures >8.00 >50 Very Hard s WATER LEVELS ML SILT non -plastic to medium plasticity GRAVELS, SANDS &NQN-COHESIVE SILTS WL (First Encountered) MH ELASTIC SILT high plasticity SPT5 DENSITY . WL (Completion) CL LEAN CLAY <5 Very Loose low to medium plasticity 5-10 Loose WL (Seasonal High Water) CH FAT CLAY 11 - 30 Medium Dense high plasticity 31 - 50 Dense WL (Stabilized) OL ORGANIC SILT or CLAY >50 Very Dense non -plastic to low plasticity OH ORGANIC SILT or CLAY FILL AND ROCK high plasticity PT PEAT � r � highly organic soils FILL POSSIBLE FILL PROBABLE FILL ROCK 'Classifications and symbols per ASTM D 2488-17 (Visual -Manual Procedure) unless noted otherwise. 2To be consistent with general practice, "POORLY GRADED" has been removed from GP, GP -GM, GP -GC, SP, SP-SM, SP-SC soil types on the boring logs. 3Non-ASTM designations are included in soil descriptions and symbols along with ASTM symbol [Ex: (SM-FILL)]. 4Typically estimated via pocket penetrometer or Torvane shear test and expressed in tons per square foot (tsf). "Standard Penetration Test (SPT) refers to the number of hammer blows (blow count) of a 140 lb. hammer falling 30 inches on a 2 inch OD split spoon sampler required to drive the sampler 12 inches (ASTM D 1586). "N-value" is another term for "blow count" and is expressed in blows per foot (bpf). SPT correlations per 7.4.2 Method B and need to be corrected if using an auto hammer. 'The water levels are those levels actually measured in the borehole at the times indicated by the symbol. The measurements are relatively reliable when augering, without adding fluids, in granular soils. In clay and cohesive silts, the determination of water levels may require several days for the water level to stabilize. In such cases, additional methods of measurement are generally employed. 'Minor deviation from ASTM D 2488-17 Note 14. $Percentages are estimated to the nearest 5% per ASTM D 2488-17. Reference Notes for Boring Logs (09-02-2021).doc © 2021 ECS Corporate Services, LLC. All Rights Reserved CLIENT: PROJECT NO.: BORING NO.: Delara Chase, LLC 63:2047 B-01 PROJECT NAME: DRILLER/CONTRACTOR: Delara Chase MH Drilling Services SITE LOCATION: 4805 Altamesa Boulevard, Fort Worth, Texas LATITUDE: LONGITUDE: STATION: SURFACE ELEVATION: 32.647238-97.397068 834.0 m Z ZCL J LL LL > H j F w W DESCRIPTION OF MATERIAL W. o TEXAS CONE PENETROMETER w O O O Q w Q w Q v) w v7 v) ASPHALT (3 inches) S-1 ST 21 21 FILL, SANDY LEAN CLAY, dark brown, very — 1 stiff, with gravel S-2 ST 24 24 (CL) SANDY LEAN CLAY, brown, very stiff, \ with limestone fragments (CL) LEAN CLAY WITH SAND, brown, 5 — S-3 ST 24 24 yellowish brown, reddish brown, very stiff to \ 829 _ hard, with limestone fragments — S-4 ST 24 24 — S-5 ST 24 24 — 10 824 — — S-6 ST 24 24 — 1819— S-7 ST 24 24 20 END OF BORING AT 20 FT 814- 25 — 809 — 30 — 804 — SHEET: 10f 1 Ec�, I LOSS OF CIRCULATION 1001 BOTTOM OF CASING ' Plastic Limit Water Content Liquid Limit X 0 ® STANDARD PENETRATION BLOWS/FT ROCK QUALITY DESIGNATION & RECOVERY RQD REC O CALIBRATED PENETROMETER TON/SF TEXAS CONE PENETRATION BLOWSIFT 02.50 02.50 02.00 04.50 04.50 04.50 04.50 THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES BETWEEN SOIL TYPES. IN -SITU THE TRANSITION MAY BEG RADUAL SZ WL (First Encountered) DRY BORING STARTED: May 30 2024 CAVE IN DEPTH: I 1 WL (Completion) DRY BORING SE WL (Seasonal High Water) N/A COMPLETED: May302024 HAMMER TYPE: Manual T WL Stabilized N/A (EQUIPMENT: LOGGED BY: (Stabilized) Truck LL3 DRILLING METHOD: CFA GEOTECHNICAL BOREHOLE LOG CLIENT: PROJECT NO.: BORING NO.: Delara Chase, LLC 63:2047 B-02 PROJECT NAME: DRILLER/CONTRACTOR: Delara Chase MH Drilling Services SITE LOCATION: 4805 Altamesa Boulevard, Fort Worth, Texas LATITUDE: LONGITUDE: STATION: SURFACE ELEVATION: 32.647298 -97.397224 834.0 CCcO Z ZCL J LL W. o TEXAS CONE F w W DESCRIPTION OF MATERIAL PENETROMETER w O Q O O w Q w Q v7 v) v) w ASPHALT(4 inches) — S-1 ST 20 20 FILL, SANDY LEAN CLAY, dark brown, very — stiff, with gravel _ (CL) SANDY LEAN CLAY, brown, yellowish S-2 ST 24 24 brown, very stiff to hard, with limestone fragments — 5 — S-3 ST 24 24 829 — S-4 ST 24 24 \ — (CH) SANDY FAT CLAY, brown, reddish — S-5 ST 24 24 brown, hard, with limestone fragments — 10 824 — — 7 — — S-6 ST 24 24 — 1 819— — S-7 ST 24 24 — 20 END OF BORING AT 20 FT 814 — 25 — 809 — 30 — 804 — SHEET: 10f 1 Ec�, I LOSS OF CIRCULATION IB01 BOTTOM OF CASING ' Plastic Limit Water Content Liquid Limit X 0 ® STANDARD PENETRATION BLOWS/Fr ROCK QUALITY DESIGNATION & RECOVERY RQD REC O CALIBRATED PENETROMETER TON/SF TEXAS CONE PENETRATION BLOWSIFT 02.50 04.50 04.50 02.50 04.50 04.50 04.50 THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES BETWEEN SOIL TYPES. IN -SITU THE TRANSITION MAY BEG RADUAL SZ WL (First Encountered) 12.00 BORING STARTED: May 30 2024 CAVE IN DEPTH: I 1 WL (Completion) DRY BORING SE WL (Seasonal High Water) N/A COMPLETED: May302024 HAMMER TYPE: Manual T WL Stabilized N/A (EQUIPMENT: LOGGED BY: (Stabilized) Truck LL3 DRILLING METHOD: CFA GEOTECHNICAL BOREHOLE LOG CLIENT: PROJECT NO.: BORING NO.: Delara Chase, LLC 63:2047 P-01 PROJECT NAME: DRILLER/CONTRACTOR: Delara Chase MH Drilling Services SITE LOCATION: 4805 Altamesa Boulevard, Fort Worth, Texas LATITUDE: LONGITUDE: STATION: SURFACE ELEVATION: 32.647061 -97.397592 834.0 CCcO Z ZCL J LL W. o TEXAS CONE F w W DESCRIPTION OF MATERIAL PENETROMETER w O Q O O w Q w Q v7 v) v) w \ ASPHALT (2 inches) — S-1 ST 22 22 FILL, SANDY LEAN CLAY, dark brown, very — stiff, with gravel _ S-2 ST 24 24 (CL) SANDY LEAN CLAY, brown, reddish brown, stiff to very stiff, with limestone and gravel \ — S-3 ST 12 12 _ END OF BORING AT 5 FT 829 - 10— 824— 15— 819- 20— 814- 25 — 809 — 30 — 804 — SHEET: 10f 1 Ec�, I LOSS OF CIRCULATION IB01 BOTTOM OF CASING ' Plastic Limit Water Content Liquid Limit X 0 ® STANDARD PENETRATION BLOWS/FT ROCK QUALITY DESIGNATION & RECOVERY RQD REC O CALIBRATED PENETROMETER TON/SF TEXAS CONE PENETRATION BLOWSIFT 02.50 01.00 02.50 THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES BETWEEN SOIL TYPES. IN -SITU THE TRANSITION MAY BEG RADUAL SZ WL (First Encountered) DRY BORING STARTED: May 30 2024 CAVE IN DEPTH: I 1 WL (Completion) DRY BORING SE WL (Seasonal High Water) N/A COMPLETED: May302024 HAMMER TYPE: Manual T WL Stabilized N/A (EQUIPMENT: LOGGED BY: (Stabilized) Truck LL3 DRILLING METHOD: CFA GEOTECHNICAL BOREHOLE LOG CLIENT: PROJECT NO.: BORING NO.: Delara Chase, LLC 63:2047 P-02 PROJECT NAME: DRILLER/CONTRACTOR: Delara Chase MH Drilling Services SITE LOCATION: 4805 Altamesa Boulevard, Fort Worth, Texas LATITUDE: LONGITUDE: STATION: SURFACE ELEVATION: 32.646997 -97.396931 832.0 CCcO Z ZCL J LL W. o TEXAS CONE F w W DESCRIPTION OF MATERIAL PENETROMETER w O Q O O w Q w Q v7 v) v) w ASPHALT (3 inches) — S-1 ST 21 21 FILL, SANDY LEAN CLAY, dark brown, hard, — 1 with gravel (CL) SANDY LEAN CLAY, brown, very stiff, — S-2 ST 24 24 with limestone fragments S-3 ST 12 12 \ 827 — END OF BORING AT 5 FT 10 — 822 — 15— 817- 20— 812- 25 — 807 — 30 — 802 — SHEET: 10f 1 Ec�, I LOSS OF CIRCULATION IB01 BOTTOM OF CASING ' Plastic Limit Water Content Liquid Limit X 0 ® STANDARD PENETRATION BLOWS/FT ROCK QUALITY DESIGNATION & RECOVERY RQD REC O CALIBRATED PENETROMETER TON/SF TEXAS CONE PENETRATION BLOWSIFT 04.50 02.00 O 2.50 THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES BETWEEN SOIL TYPES. IN -SITU THE TRANSITION MAY BEG RADUAL SZ WL (First Encountered) DRY BORING STARTED: May 30 2024 CAVE IN DEPTH: I 1 WL (Completion) DRY BORING SE WL (Seasonal High Water) N/A COMPLETED: May302024 HAMMER TYPE: Manual T WL Stabilized N/A (EQUIPMENT: LOGGED BY: (Stabilized) Truck LL3 DRILLING METHOD: CFA GEOTECHNICAL BOREHOLE LOG CLIENT: Delara Chase, LLC PROJECT NAME: Delara Chase SITE LOCATION: 4805 Altamesa Boulevard, Fort Worth, Texas LATITUDE: LONGITUDE: STATION: 32.647648 -97.396752 w Z m d — Z V VV)) } = z W DESCRIPTION OF MATERIAL c�c W O G J O O v) PROJECT NO.: BORING NO. 63:2047 P-03 DRILLER/CONTRACTOR: MH Drilling Services ASPHALT (3 inches) — S-1 ST 21 21 FILL, SANDY LEAN CLAY, dark brown, very stiff, with gravel = LIMESTONE, weathered, tan 5 END OF BORING AT 5 FT 10- 15- 20 — 25 — 30 — SURFACE ELEVATION: 835.0 J F- W zp TEXAS CONE w Q PENETROMETER j w w 830 — 825 — 820 — 815— 810— 805 — SHEET: 10f 1 Ec�, I LOSS OF CIRCULATION IB01 BOTTOM OF CASING ' Plastic Limit Water Content Liquid Limit X 0 ® STANDARD PENETRATION BLOWS/FT ROCK QUALITY DESIGNATION & RECOVERY RQD REC 0 CALIBRATED PENETROMETER TON/SF TEXAS CONE PENETRATION BLOWSIFT 02.50 THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES BETWEEN SOIL TYPES. IN -SITU THE TRANSITION MAY BEG RADUAL SZ WL (First Encountered) DRY BORING STARTED: May 30 2024 CAVE IN DEPTH: I 1 WL (Completion) DRY BORING SE WL (Seasonal High Water) N/A COMPLETED: May302024 HAMMER TYPE: Manual T WL Stabilized N/A (EQUIPMENT: LOGGED BY: (Stabilized) Truck LL3 DRILLING METHOD: CFA GEOTECHNICAL BOREHOLE LOG 00/ 1.50" .100/ 2.00" CLIENT: PROJECT NO.: BORING NO.: SHEET: Delara Chase, LLC 63:2047 P-04 1 of 1 C PROJECT NAME: DRILLER/CONTRACTOR: Delara Chase MH Drilling Services SITE LOCATION: LOSS OF CIRCULATION 4805 Altamesa Boulevard, Fort Worth, Texas loan LATITUDE: LONGITUDE: STATION: SURFACE ELEVATION: ' BOTTOM OF CASING 32.646588-97.396575 830.0 Plastic Limit Water Content Liquid Limit m z ZCL LL X 0 LL > H j Z w o W. 0 TEXAS CONE ® STANDARD PENETRATION BLOWS/FT w O_ J DESCRIPTION OF MATERIAL w Q PENETROMETER ROCK QUALITY DESIGNATION & RECOVERY 0 w U Q w - RQD REC IQ V) w 0 CALIBRATED PENETROMETER TON/SF TEXAS CONE PENETRATION BLOWSIFT ASPHALT (3 inches) S-1 ST 21 21 FILL, SANDY LEAN CLAY, dark brown, very — Oz.00 1 stiff, with gravel (CL) SANDY LEAN CLAY, yellowish brown, S-2 ST 24 24 very stiff, with limestone fragments and \ — 02.00 S-3 ST 12 12 gravel \ 03.50 END OF BORING AT 5 FT 825 10 — 820 — 15— 815- 20— 810- 25 — 805 — 30 — 800 — THE STRATIFICATION LINES REPRESENTTHE APPROXIMATE BOUNDARY LINES BETWEEN SOIL TYPES. IN -SITU THE TRANSITION MAY BE GRADUAL SZ WL (First Encountered) DRY BORING STARTED: May 30 2024 CAVE IN DEPTH: I 1 WL (Completion) DRY BORING SE WL (Seasonal High Water) N/A COMPLETED: May302024 HAMMER TYPE: Manual T WL Stabilized N/A (EQUIPMENT: LOGGED BY: (Stabilized) Truck LL3 DRILLING METHOD: CFA GEOTECHNICAL BOREHOLE LOG CLIENT: PROJECT NO.: BORING NO. Delara Chase, LLC 63:2047 P-05 PROJECT NAME: DRILLER/CONTRACTOR: Delara Chase MH Drilling Services SITE LOCATION: 4805 Altamesa Boulevard, Fort Worth, Texas LATITUDE: LONGITUDE: STATION: SURFACE ELEVATION: 32.646975 -97.396114 831.0 CCcO Z ZCL J LL W. o TEXAS CONE F w W DESCRIPTION OF MATERIAL PENETROMETER w O Q O O w Q w Q v7 v) v) w ASPHALT (3 inches) — S-1 ST 21 21 I FILL, SANDY LEAN CLAY, dark brown, very stiff, with gravel I = (CL) SANDY LEAN CLAY, brown, very stiff, _ _ S-2 ST 24 24 with limestone fragments \ LIMESTONE, weathered, tan 5 END OF BORING AT 5 FT 826 10— 821— 15— 816- 20 — 811- 25 — 806 — 30 — 801— SHEET: 10f 1 Ec�, I LOSS OF CIRCULATION IB01 BOTTOM OF CASING ' Plastic Limit Water Content Liquid Limit X 0 ® STANDARD PENETRATION BLOWS/Fr ROCK QUALITY DESIGNATION & RECOVERY RQD REC O CALIBRATED PENETROMETER TON/SF TEXAS CONE PENETRATION BLOWSIFT 02.50 03.00 THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES BETWEEN SOIL TYPES. IN -SITU THE TRANSITION MAY BEG RADUAL SZ WL (First Encountered) DRY BORING STARTED: May 30 2024 CAVE IN DEPTH: I 1 WL (Completion) DRY BORING SE WL (Seasonal High Water) N/A COMPLETED: May302024 HAMMER TYPE: Manual T WL Stabilized N/A (EQUIPMENT: LOGGED BY: (Stabilized) Truck LL3 DRILLING METHOD: CFA GEOTECHNICAL BOREHOLE LOG V100/ 2.00" Appendix C — Laboratory Testing Laboratory Testing Summary ECS Southwest, LLP h c s Fort Worth, Texas Laboratory Testing Summary Project Number: 63:2047 Project Name: Delara Chase Project Engineer: TL Principal Engineer: CT Atterberg Limits3 One -Dimensional Swells Boring Sample Depth MC Soil Percent Dry Unit Number Number (feet) o (/o) z Type Passing No. Weight5 a Final Surcharge Swell LL PL PI 200 Sieve (pcf) Moisture N (psf) N B-01 S-2 2-4 7.6 CL 30 14 16 54.4 S-4 6-8 11.8 CL 37 17 20 77.9 119.4 13.3 840 0.0 B-02 S-5 8 - 10 27.0 CH 63 28 35 69.2 95.3 34.9 1,080 0.8 P-01 S-2 2-4 10.7 CL 34 19 15 53.3 P-02 S-2 2-4 7.6 P-03 S-2 2-4 12.7 CL 28 15 13 69.8 P-04 S-2 2-4 24.1 P-05 S-2 2-4 11.4 CL 26 15 11 68.6 Notes: 1. ASTM D 2216, 2. ASTM D 2487, 3. ASTM D 4318, 4. ASTM D 1140, 5. ASTM D 7263, 6. ASTM D 4546, 7. ASTM D 2166 Definitions: MC: Moisture Content, Soil Type: USCS (Unified Soil Classification System), LL: Liquid Limit, PL: Plastic Limit, PI: Plasticity Index, NP: Non Plastic Date: 06/11 /2024 Unconfined Compressive H Strength? p (tsf) Appendix D — Supplemental Documents Other Supplemental Documents TYPICAL DETAIL DIAGRAM REFER TO MEP AND/OR CIVIL DRAWINGS FOR TYPICAL BEDDING MATERIALS AT EXTERIOR FACE OF BUILDING. REPLACE BEDDING MATERIALS WITH SITE CLAY SOIL. EXTEND CLAY 2 FEET FROM BUILDING. PLACE IN 8" MAX. LOOSE LIFTS. I COMPACT TO 92% OF STANDARD PROCTOR (ASTM D-698), ABOVE OPTIMUM MOISTURE CONTENT. EL:lr=LLL-Ii i�il I l i� ECCLAY PLUG AT SUTILITY TRENCH -v ENGINEER SCALE NTS DRAFTSMAN PROJECT NO. CLL REVISIONS SHEET 1 OF 1 DATE 11/7/08 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Delara Chase Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105763 Revised July 1, 2011 FORT WORTH. Approval Spec No. Classsification CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Manufacturer Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) Model No. National Spec Updated: 11-6-24 Size 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM D2240/D412/D792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp. 2504G Gasket ASTM C-443/C-361 SS MH 1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/FiberLlass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. I Flowtite ASTM 3753 Non -traffic area 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) * 33 05 13 (Manhole Frames and Covers I Western Iron Works, Bass & Hays Foundry f 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 33 05 13 Manhole Frames and Covers Neenah Casting 24" dia. 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R817S 30" Dia. 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia. 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 30" ERGO XL Assembly 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia 06/01/17 3405 13 30" Dia. MH Ring and Cover (Lockable) Cl SIP Industries 2280 (32") ASTM A 48 30" Dia. 12/05/23 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable) Cl SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia. CAP-ONE-30-FTW, Composite, w/ Lock 09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hing 30" Dia. 10/07/21 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. * 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13) * 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48" * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 4811,6011 Manhole, 32" Opening and Flat top, (No 09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Transition Cones) ASTM C 478 48" to 84" I.D. 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 09/06/19 33 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pipe and Precast (Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas ASTM C-478; ASTM C-923; 03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-443 03/07/23 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardscp 48" & 60" I.D. Manhole w/32" Cone 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polycrete Pipe Sewer -(WAC) Wastewater Access Chamber 33 39 40 For use when Std. MH cannot be 12/29/23 33 39 20 Wastewater Access Chamber Quickstream Solutions, Inc. Type 8 Maintenace Shaft (Poopit) installed due to depth Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious * E1-14 Manhole Rehab Systems Quadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP E1-14 Manhole Rehab Systems AP/M Permaform 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair F1exKrete Technologies Vinyl Polyester Repair Product Misc. Use * From Original Standard Products List 1 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. I Classsification I Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639/D790 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 33 05 16, 33 39 10, RR&C Dampproofing Non-Fibered Spray For Exterior Coating of Concrete 03/19/18 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams Grade (Asphatic Emulsion) Structures Only Water & Sewer - Manhole Inserts - Field Operations Use Onlv (Rev 2/3/16) * 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. Lifesaver - Stainless Steel For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Water & Sewer - Pipe Casino Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Non pressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 09/03/24 33 05 13 Casing Spacers Raci (Completely HDPE) Per Manufacturers Requirements (Sewer 8" - 12" (Sewer Only) Applications Only) Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13) * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C151 3" thru 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AWWA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AWWA C150, C151 4" thru 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AWWA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatings/Evoxv 33-39-60 (01/08/13) 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 210RS LA County #210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer - Coatings/Polyurethane Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - Pipes/Concrete * E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL i«o. #95 ra,...hol #99 Pip ASTM C 76 * E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlarcment Svstem (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously Sewer - Pipe/Fiberclass Reinforced/ 33-31-13(1/8/13) 7/21/97 33 31 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe (Non -Pressure) ASTM D3262/D3754 03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 33 31 13 Glass -Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 ASTM D3262, ASTM D3681, 03/07/23 33 31 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D4161, AWWA M45 ASTM D3262, ASTM D3517, 09/03/24 33 31 13 Fiberglass Pipe (FRP) Superlit Boru Sanayi A.S. Superlit FRP ASTM 3754, AWWA C950 * From Original Standard Products List 2 FORT WORTH. Approval Spec No. I Classsification Sewer - Pipe/Polymer Pipe 4/14/05 Polymer Modified Concrete Pipe 06/09/10 E1-9 Reinforced Polymer Concrete Pipe Sewer - Pipes/HDPE 33-31-23(1/8/13) * High -density polyethylene pipe * High -density polyethylene pipe * High -density polyethylene pipe High -density polyethylene pipe Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-12 DR-14 PVC Pressure Pipe 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Sewer - Pipes/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pipe 12/23/97* 33-31-20 PVC Sewer Pipe * 33-31-20 PVC Sewer Pipe 12/05/23 33-31-20 PVC Sewer Pipe 12/05/23 33-31-20 PVC Sewer Pipe * 33-31-20 PVC Sewer Pipe 05/06/05 33-31-20 PVC Solid Wall Pipe 04/27/06 33-31-20 PVC Sewer Fittings * 33-31-20 PVC Sewer Fittings 3/19/2018 33 31 20 PVC Sewer Pipe 3/19/2018 33 31 20 PVC Sewer Pipe 3/29/2019 33 31 20 Gasketed Fittings (PVC) 10/21/2020 33 31 20 PVC Sewer Pipe 10/22/2020 33 31 20 PVC Sewer Pipe 10/21/2020 33 3120 PVC Sewer Pipe CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Manufacturer Model No. National Spec Size Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Phillips Driscopipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" Plexco Inc. ASTM D 1248 8" Polly Pipe, Inc. ASTM D 1248 8" CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12" Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12" J-M Manufacturing Co., Inc. QM Eagle) SDR-26 (PSI 15) ASTM D 3034 4" - 15" Diamond Plastics Corporation SDR-26 (PSI 15) ASTM D 3034 4" thru 15" Lamson Vylon Pipe SDR-26 (PSI 15) ASTM D 3034 4" thru 15" Vinyltech PVC Pipe SDR-26 (PSI 15) ASTM D3034 4" thru 15" Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18" J-M Manufacturing Co, Inc. (JM Eagle) PS 115 ASTM F 679 18" - 28" Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" Harco SDR-26 (PS 115) Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15" Plastic Trends, Inc.(Westlake) Gasketed PVC Sewer Main Fittings ASTM D 3034 Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 1811- 24" Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15" GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 1811- 36" * From Original Standard Products List 3 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. I Classsification Manufacturer Model No. National Spec Size Water - Appurtenances 33-12-10 (07/01/13) 09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co., Inc. 202B V-2" SVC, up to 16" Pipe 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 V-2" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Inc]. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 61OMT 3/4" and 1" 10/27/87 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 610OTM and 6101M 1'/2" and 2" FB600-7NL, FB1600-7-NL, FV23-777-W-NL, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. L22-77NL AWWA C800 2" FB600-6-NL, FB1600-6-NL, FV23-666-W- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, L22-66NL AWWA C800 1-1/2" FB600-4-NL, FBI600-4-NL, B I 1-444-WR- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, B22444-WR-NL, L28-44NL AWWA C800 I" B-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 2" B-25000N, B-20200N-3, B-24277N-3,H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 1-1/2" B-25000N, B-20200N-3,H-15000N, H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15530N ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-IEPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-IEPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-IEPAF FTW Class "A" Concrete Meter Box Bass & Hays CM1337-1312 1118 LID-9 Concrete Meter Box Bass & Hays CMB-I8-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CM1365-1365 1527 LID-9 Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13) None Water - Combination Air Release 33-31-70 (01/08/13) * EI-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" * E1-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/211, 1" & 2" * E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 111, 2" & 3" Water - Dry Barrel Fire Hvdrants 33-12-40 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American -Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 Shop Drawings No. 6461 10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Centurion AWWA C-502 Shop Drawing FH-12 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer W1367 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List 4 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Approval Spec No. �Classsification I Manufacturer I Model No. Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13) 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR18 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 Water - Pives/Valves & Fittines/Ductile Iron Fittincs 33-11-11 (01/08/13) 07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. 02/26/14 E1-07 MJ Fittings Accucast 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) Mechanical Joint Fittings Mechanical Joint Fittings Mechanical Joint Fittings, SSB Class 350 Mechanical Joint Fittings, SSB Class 351 Class 350 C-153 MJ Fittings Uni-Flange Series 1400 Uni-Flange Series 1500 Circle -Lock One Bolt Restrained Joint Fitting Megalug Series 1100 (for DI Pipe) Megalug Series 2000 (for PVC Pipe) Sigma One-Lok SLC4 - SLC10 Sigma One-Lok SLCS4 - SLCS12 Sigma One-Lok SLCE Sigma One-Lok SLDE Bulldog System ( Diamond Lok 21 & JM Mechanical Joint Fittings PVC Stargrip Series 4000 DIP Stargrip Series 3000 EZ Grip Joint Restraint (EZD) Black For DIP EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC Pipe EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC Pipe National Spec AWWA C900, AWWA C605, ASTM D1784 AWWA C900, AWWA C605, ASTM D1784 AWWA C900, AWWA C605, ASTM D1784 AWWA C900, AWWA C605, ASTM D1784 AWWA C900 AWWA C900 AWWA C900 AWWA C900 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 AWWA C900 AWWA C900 AWWA C900 AWWA C900 AWWA C153 & C110 AWWA C 110 AWWA C 153, C 110, C III AWWA C 153, C 110, C 112 AWWA C153 AWWA Clll/C153 AWWA C111/C153 AWWA C111/Cll6/C153 AWWA C111/Cll6/C153 AWWA C111/C116/C153 AWWA C111/C153 AWWA C111/C153 AWWA Clll/C153 AWWA C153 ASTM F-1624 AWWA C153 ASTM A536 AWWA C111 ASTM A536 AWWA C111 ASTM A536 AWWA C111 ASTM A536 AWWA CI I I ASTM A536 AWWA CI I I Updated: 11-6-24 Size 4"-1 6" 16"-18" 4"-1 6" 16"-18" 4"-12" 16"-24" 4"-12" 1 6"-24" 4"-28" 16"-24" 4" - 8" 16" - 24" 4"- 12" 4'1- 12'1 4"-12" 4" to 36" 4" to 24" 4" to 12" 4" to 42" 4" to 24" 4" to 10" 4" to 12" 12" to 24" 4" - 24" 4" to 12" 4" to 24" 3"-48" 4"-12" 16"-24" * From Original Standard Products List 5 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Approval Spec No. I Classsification I Manufacturer Water - Pives/Valves & Fittincs/Resilient Seated Gate Valve* 33-12-20 (05/13/15) Resilient Wedged Gate Valve w/no Gears American Flow Control 12/13/02 Resilient Wedge Gate Valve American Flow Control 08/31/99 Resilient Wedge Gate Valve American Flow Control 05/18/99 Resilient Wedge Gate Valve American Flow Control 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control 08/05/04 Resilient Wedge Gate Valve American Flow Control 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company * E1-26 Resilient Seated Gate Valve Kennedy * E1-26 Resilient Seated Gate Valve M&H * E1-26 Resilient Seated Gate Valve Mueller Co. 11/08/99 Resilient Wedge Gate Valve Mueller Co. 01/23/03 Resilient Wedge Gate Valve Mueller Co. 05/13/05 Resilient Wedge Gate Valve Mueller Co. 01/31/06 Resilient Wedge Gate Valve Mueller Co. 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. 11/30/12 Resilient Wedge Gate Valve Clow Valve Co. 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) 08/24/18 Matco Gate Valve Matco-Norca Water - Pives/Valves & Fittincs/Rubber Seated Butterflv Valve 33-12-21 (07/10/14) * E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. * E1-30 Rubber Seated Butterfly Valve Mueller Co. 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve 03/19/18 33 1221 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) 09/03/24 33 1221 Rubber Seated Butterfly Valve American AVK Company Water - Polvethvlene Encasement 33-11-10 (01/08/13) 05/12/05 E1-13 Polyethylene Encasment 05/12/05 E1-13 Polyethylene Encasment 05/12/05 E1-13 Polyethylene Encasment 09/06/19 33-11-11 Polyethylene Encasment Model No. Series 2500 Drawing # 94-20247 Series 2530 and Series 2536 Series 2520 & 2524 (SD 94-20255) Series 2516 (SD 94-20247) Series 2500 (Ductile Iron) 42" and 48" AFC 2500 American AVK Resilient Seaded GV Series A2361 (SD 6647) Series A2360 for 18"-24" (SD 6709) Mueller 30" & 36", C-515 Mueller 42" & 48", C-515 16" RS GV (SD D-20995) Clow RW Valve (SD D-21652) Clow 30" & 36" C-515 Clow Valve Model 2638 Metroseal 250, requirements SPL #74 EJ F1owMaster Gate Valve & Boxes 225 MR Valmatic American Butterfly Valve. M&H Style 4500 & 1450 AWWA C504 Butterfly Valve AWWA C504 Butterfly Valve Class 250B Flexsol Packaging Fulton Enterprises Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AEP Industries Bullstrong by Cowtown Bolt & Gasket Northtown Products Inc. PE Encasement for DIP National Spec AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C509 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C509 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C 509, ANSI 420 - stem, AWWA/ANSI C115/An21.15 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C105 AWWA C105 AWWA C105 AWWA C105 Updated: 11-6-24 Size 16" 30" and 36" 20" and 24" 16" 4" to 12" 42" and 48" 4" to 12" 20" and smaller 4" - 12" 4" - 12" 4" - 12" 16" 24" and smaller 30" and 36" 42" and 48" 4" - 12" 16" 24" and smaller 30" and 36" (Note 3) 24" to 48" (Note 3) 4" - 12" 3" to 16" 4" to 16" 24" 24"and smaller 24" and larger Up to 84" diameter 24" to 48" 30"-54" 24" - 48" 8 mil LLD 8 mil LLD 8 mil LLD 8 mil LLD Water - Samplinc Station 03/07/23 33 12 50 Water Sampling Station Kupferle Foundry Company Eclipse, Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50 09/02/24 33 i2 50 Mueller Water Products, Inc;a BSS0 r, UDG2 D N This product removed �-rcw ,�Oc� vvvvi-36-rvronvz, C�v-rr�€'�oe$� 10/21/20 04/09/21 04/09/21 Water - Automatic Flusher Automated Flushing System Automated Flushing System Automated Flushing System HG6-A-IN-2-BRN-LPRR(Portable) Mueller Hydroguard HG2-A-IN--2-PVC-018-LPLG(Permanent) Kupferle Foundry Company Eclipse #9800wc Kupferle Foundry Company Eclipse #9700 (Portable) The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Yellow Highlight indicates recent changes * From Original Standard Products List 6 FORT WORTH,.; CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 4/5/2025 !!!!!!!! Attention: Mix Designs do not su ercede CFW Specifications !!!!!!rrrr Spec No. Classification Manufacturer Miv ID DescriptionApproval Mix Concrete Class A (S dewalh, ADA Ramps, Driveways, Curb/Gutter, %ledian Pavement) 9/9/2022 32 1320 Mix Design American Concrete Company 30CAF029 3000 psi 3-5" Slump; 3-6 % Air 4/3/2025 32 1320 Mix Design Big Town Concrete 2211 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Bumco Texas 30U101 AG 3000 psi 3-5" Slump; 3-6 % Air 4/l/2024 32 1320 Mix Design Bumco Texas 30U500BG 3000 psi 3-5" Slump; 3-6 % Air 9/9/2022 32 1320 Mix Design Carder Concrete F WCC502001 3000 psi 3-5" Slump; 3-6 % Air 9/9/2022 32 1320 Mix Design Carder Concrete FWCC502021 3500 psi 3-5" Slump; 3-6 % Air 9/9/2022 32 1320 Mix Design Chisholm Trail Redi Mix C 13020AE 3000 psi 3-5" Slump; 4.5-7.5% Air 9/9/2022 32 1320 Mix Design City Concrete Company 30HA20TI 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Cow Town Redi Mix 253-W 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Cow Town Redi Mix 250 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Cow Town Redi Mix 350 3000 psi 3-5" Slump; 3-6% Air 1/29/2024 32 1320 Mix Design Estrada Ready Mix R3050AEWR 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Holcim - SOR, Inc. 1261 3000 psi 3-5" Slump; 3-6% Air 9/23/2024 32 1320 Mix Design Holcim - SOR, Inc. 5177 3000 psi 3-5" Slump; 3-6% Air 4/7/2023 32 1320 Mix Design Liquid Stone C301D 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Martin Marietta R2136214 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Martin Marietta R2136014 3000 psi 3-5" Slump; 3-6% Air 4/1/2023 32 1320 Mix Design Martin Marietta R2136N14 3000 psi 3-5" Slump; 3-6% Air 6/1/2023 32 1320 Mix Design Martin Marietta R2136R20 3000 psi 3-5" Slump; 3-6% Air 6/1/2023 32 1320 Mix Design Martin Marietta R2136N20 3000 psi 3-5" Slump; 3-6% Air 11/2/2022 32 1320 Mix Design Martin Marietta R2141K24 4000 psi 3-5" Slump; 3-6% Air 4/7/2023 32 1320 Mix Design Martin Marietta R2136K14 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Martin Marietta R2131314 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Martin Marietta R2132214 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Martin Marietta D9490SC 3000 psi 3-5" Slump; 4.5-7.5% Air 10/4/2023 32 1320 Mix Design NBR Ready Mix CLS A-YY 3000 psi 3-5" Slump; 3-6% Air 10/4/2023 32 1320 Mix Design NBR Ready Mix CLS A -NY 3000 psi 3-5" Slump; 3-6% Air 7/10/2023 32 1320 Mix Desing Osborn 30A50MR 3000 psi 3-5" Slump; 3-6% Air 1/18/2023 32 1320 Mix Design Rapid Redi Mix RRM5020A 3000 psi 3-5" Slump; 3-6% Air 1/24/2023 32 1320 Mix Design Rapid Redi Mix RRM5525A 3600 psi 3-5" Slump; 3-6% Air 10/24/2024 32 1320 Mix Design SRM Concrete 30850 3000 psi 3-5" Slump; 3-6% Air 10/24/2024 32 1320 Mix Design SRM Concrete 30350 3000 psi 3-5" Slump; 3-6% Air 10/18/2024 32 1320 Mix Design SRM Concrete 30050 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Tarrant Concrete FW5025A 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Tarrant Concrete CP5020A 3000 psi 3-5" Slump; 3-6% Air 10/10/2022 32 1320 Mix Design Tarrant Concrete TCFW5020A 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Tarrant Concrete FW5525A2 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Titan Ready Mix 3020AE 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design True Grit Redi Mix 0250.230 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design True Grit Redi Mix 0250.2301 3000 psi 3-5" Slump; 3-6% Air Class CIP'Inlets, Manholes, .unction Boxes, Encasement, 3locldn , Collars, (Sp-ead Footing Pedistal Pole Foundations (Reference Detail 34 41 10-D605A) 9/9/2022 32 13 13 Mix Design American Concrete Company 40CNF065 4000 psi 3-5' Slump; 0-3% Air 9/9/2022 32 13 13 Mix Design Bumco Texas 40U500BG 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 255-2 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 355 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 255 3500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 270 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 370 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 353 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 257 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 357 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc. 1701 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc. 1551 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc. 5409 4000 psi 3-5" Slump; 3-6% Air 4/27/2023 32 13 13 Mix Design Liquid Stone C361DNFA 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2141230 4000 psi 3-5" Slump; 3-6% Air 8/4/2023 32 13 13 Mix Design Martin Marietta R2141R24 4000 psi 3-5" Slump; 3-6% Air 11/20/2023 32 13 13 Mix Design Martin Marietta R2146R33 4000 psi 3-5" Slump; 3-6% Air 11/20/2023 32 13 13 Mix Design Martin Marietta R2146K33 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2142233 3600 psi 3-5" Slump; 4.5-7.5% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2136224 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2141233 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2146038 4500 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design Martin Marietta R2146K34 4000 psi 3-5" Slump; 3-6% Air 9/12/2023 32 13 13 Mix Design NBR Ready Mix CLS Pl-YY 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design NBR Ready Mix TX C-YY 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design NBR Ready Mix TX C-NY 3000 psi 3-5" Slump; 3-6% Air 1/18/2023 3213 13 Mix Design Rapid Redi Mix RRM5320A 3000 psi 3-5" Slump; 3-6% Air FORT WORTH,.; CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 4/5/2025 !!!!!!!! Attention: Mix Designs do not su ercede CFW Specifications !!!!!!rrrr Spec No. Classification Maniff'-ftner Mix ID DescriptionApproval Mix Concrete(Continued) 1/18/2023 32 13 13 Mix Des Rapid Redi Mix RRM6020ASS 4000 psi 3-5" Slump; 3-6%Air 10/24/2024 32 13 13 Mix Des SRM Concrete 40350 4000 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Desp SRM Concrete 40850 4000 psi 3-5" Slump; 3-6% Air 9/16/2024 32 13 13 Mix Des SRM Concrete 35050 3500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW5320A 3000 psi 3-5" Slump; 3-6% Air 10/10/2022 32 13 13 Mix Design Tarrant Concrete TCFW6025A2 4000 psi 3-5" Slump; 3-6% Air Class C (Drilled Shaft for Traffic SSgpal Pole Foundations Reference Detail 3141 10-D605) 9/9/2022 3213 13 Mix Desp Bumco TTexas 36U500BG 3600 psi 5.5-7.5" Slump; 3-6% Air 6/21/2023 32 13 13 Mix Des Cow Town Redi Mix 360-DS 3600 psi 5.5-7.5" Slump; 3-6% Air 10/30/2024 32 13 13 Mix Des Estrada Ready Mix R36575AEWR 3600 psi 5.5-7.5" Slump; 3-6%Air 12/5/2022 32 13 13 Mix Desp Holcim - SOR, Inc. 1822 3600 psi 5.5-7.5" Slump; 0-3% Air 9/9/2022 32 13 13 Mix Des Holcim- SOR, Inc. 1859 4000 psi 5.5-7.5" Slump; 3-6% Air 4/7/2023 32 13 13 Mix Des Liquid Stone C361DHR 3600 psi 5.5-7.5" Slump; 3-6% Air 6/27/2023 32 13 13 Mix Des Martin Marietta U2146N41 3600 psi 5-7Slump; 3-6 % Air 6/27/2023 32 13 13 Mix DespMartin Marietta U2146K45 3600 psi 5-7Slump; 3-6% Air 8/22/2024 32 13 13 Mix Design NBR Ready Mix 135K2524 3600 psi 5.5" Slump; 3-6% Air 8/22/2024 32 13 13 Mix Design NBR Ready Mix 135KO524 3600 psi 5.5" Slump; 3-6% Air Class C Headwalls, Wingwalls, Culverts 9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602001 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Desp City Concrete Company 40LA2011 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Des n Cow Town Redi Mix 260-2 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Des Cow Town Redi Mix 360-1 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Des Cow Town Redi Mix 260-1 3600 psi 3-5" Slump; 3-6% Air 1/29/2024 32 13 13 Mix Des Estrada Ready Mix R3655AEWR 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Des GCH Concrete Services GCH4000 4000 psi 3-5" Slump; 3-6% Air 4/l/2023 32 13 13 Mix Des Martin Marietta 310LBP 3600 psi 3-5" Slump; 4-7% Air 8/30/2023 32 13 13 Mix Des Martin Marietta R2141R30 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Des Martin Marietta R2146035 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Des SRM Concrete 40050 4000 psi 3-5" Slump; 3-6 % Air 9/9/2022 32 13 13 Mix Desp SRM Concrete 35022 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6020A2 4000 psi 3-5" Slump; 3-6% Air Class P (Machine Placed Paving) 4/3/2025 32 13 13 Mix Design Big Town Concrete 4511 3600 psi 1-3" Slump; 3-6% Air 4/3/2025 32 13 13 Mix Design Big Town Concrete 4411 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Carder Concrete FWCC552091 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602091 4000 psi 1-3" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design City Concrete Company 36LA2011 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 33 13 13 Mix Design Cow Town Redi Mix 257-M 3600 psi 1-3" Slump; 3-6% Air 11/14/2022 32 13 13 Mix Design Cow Town Redi Mix 357-M 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-M 4000 psi 1-3" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360-M 4000 psi 1-3" Slump; 3-6% Air 2/6/2024 32 13 13 Mix Design Estrada Ready Mix TD3655AEWR 3600 psi 1-3" Slump; 3-6% Air 8/4/2023 32 13 13 Mix Design Martin Marietta Q2141R27 4000 psi 1-3" Slump; 3-6% Air 11/2/2022 32 13 13 Mix Design Martin Marietta Q2141K30 4000 psi 1-3" Slump; 3-6% Air 10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF-YY 3600 psi 1-3" Slump; 3-6% Air 10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF -NY 3600 psi 1-3" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design SRM Concrete 40068 4000 psi 1-3" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design SRM Concrete 40825 4000 psi 1-3" Slump; 3-6% Air 9/16/2024 32 13 13 Mix Design SRM Concrete 40025 4000 psi 1-3" Slump; 3-6% Air 10/18/2024 32 13 13 Mix Design SRM Concrete 35023 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW5520AMP 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0255.2301 3600 psi 1-3" Slump; 3.5-6.5%Air 9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0260.2302 4000 psi 1-3" Slump; 3.5-6.5% Air Class H (Hand Placed Paving, Valley Gutter) 9/9/2022 32 13 13 Mix Design American Concrete Company 45CAF076 4500 psi 3-5" Slump; 3-6% Air 5/2/2023 32 13 13 Mix Design Big D Concrete CM14520AE 4500 psi 3-5" Slump; 3-6% Air 4/3/2025 32 13 13 Mix Design Big Town Concrete 6211 4500 psi 3-5" Slump; 3-6% Air 4/3/2025 32 13 13 Mix Design Big Town Concrete 6311 4500 psi 3-5" Slump; 3-6% Air 4/5/2025 32 13 13 Mix Design Big Town Concrete 6017 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Bumco Texas 4SUS00BG 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602021 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design City Concrete Company 45NA2011 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 265 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 365 4500 psi 3-5" Slump; 3-6% Air 1/29/2024 32 13 13 Mix Design Estrada Ready Mix R4560AEWR/ 4500 psi 3-5" Slump; 4-6% Air 9/9/2022 32 13 13 Mix Design GCH Concrete Services GCH4500 4500 psi 3-5" Slump; 3-6% Air 10/4/2024 32 13 13 Mix Design Holcim - SOR, Inc. 5507 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc. 1851 4500 psi 3-5" Slump; 3-6% Air FORT WORTH.; CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 4/5/2025 !!!!!!!! Attention: Mix Designs do not su ercede CFW Specifications !!!!!!rrrr Spec No. Classification Maniff'-ftner DescriptionApproval Mix ID Mix Concrete(Con'inued) 4/5/2025 3213 13 Mix Desp Liquid Stone C451D 4500 psi 3-5" Slump; 3-6%Air 11/2/2022 3213 13 Mix Des Martin Marietta R2146N35 4500 psi 3-5" Slump; 3-6%Air 8/4/2023 3213 13 Mix Des Martin Marietta R21461136 4500 psi 3-5" Slump; 3-6% Air 11/2/2022 3213 13 Mix Des Martin Marietta R2146N36 4500 psi 3-5" Slump; 3-6% Air 5/22/2023 32 13 13 Mix Des Martin Marietta R2146K37 4500 psi 3-5" Slump; 3-6% Air 12/22/2023 32 13 13 Mix Des Martin Marietta R2146R44 4500 psi 3-5" Slump; 3-6% Air 12/22/2023 32 13 13 Mix Des Martin Marietta R2146K44 4500 psi 3-5" Slump; 3-6% Air 11/15/2022 32 13 13 Mix Des Martin Marietta R2146P36 4500 psi 3-5" Slump; 3-6% Air 11/15/2022 32 13 13 Mix Desp Martin Marietta R2146K36 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Desp Martin Marietta R2147241 4500 psi 3-5" Slump; 4.5-7.5% Air 9/9/2022 32 13 13 Mix Des)ip Martin Marietta R2146236 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Des)ip Martin Marietta R2146036 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Des}tgn Martin Marietta R2146242 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Desp Martin Marietta R2146042 4500 psi 3-5" Slump; 3-6% Air 10/4/2023 32 13 13 Mix Des1ip NBR Ready Mix CLS P2-YY 4500 psi 3-5" Slump; 3-6% Air 10/4/2023 32 13 13 Mix Des1� NBR Ready Mix CLS P2-NY 4500 psi 3-5" Slump; 3-6% Air 7/10/2023 32 13 13 Mix Des 1� Osborn 45A60MR 4500 psi 3-5" Slump; 3-6% Air 1/24/2023 32 13 13 Mix Des 1� Rapid Redi Mix RRM6320AEP 4500 psi 3-5" Slump; 3-6% Air 1/13/2023 32 13 13 Mix Des�np SRM Concrete 45023 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp SRM Concrete 45000 4500 psi 3-5" Slump; 3-6% Air 10/24/2024 3213 13 Mix Desp SRM Concrete 45350 4500 psi 3-5" Slump; 3-6% Air 10/24/2024 3213 13 Mix Des SRM Concrete 45850 4500 psi 3-5" Slump; 3-6% Air 10/18/2024 3213 13 Mix Des SRM Concrete 45050 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Des Tarrant Concrete FW6020AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Des Tarrant Concrete FW60AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Des Tarrant Concrete TCFW6020AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Des Titan Ready Mix TRC4520 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Desp True Grit Redi Mix 0260.2301 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Desp True Grit Redi Mix 0265.2301 4500 psi 3-5" Slump; 3.5-6.5% Air 9/9/2022 32 13 13 Mix Design True Grit Redi Mix 270.230 4500 psi 3-5" Slump; 3-6% Air 10/9/2024 32 13 13 Mix Design Wildcatter 4520AI 4500 psi 3-5" Slump; 3-6% Air Class HES High Early Stren ,,th Paving) 9/9/2022 3213 13 ix Des1Ep Big D Concrete 14500AE 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Des n Cow Town Redi Mix 370-INC 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Des Cow Town Redi Mix 375-NC 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Des Cow Town Redi Mix 370-NC 4500 psi 3-5" Slump; 3-6% Air 1/18/2023 3213 13 Mix Des Cow Town Redi Mix 380-NC 4500 psi 3-5" Slump; 3-6% Air 1/29/2024 32 13 13 Mix Des Estrada Ready Mix 4575AESC 4500 psi / 3000 psi (&, 3 days 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Des Holcim - SOR, Inc. 2125 5000 psi 3-5" Slump; 3-6% Air 1/24/2023 32 13 13 Mix Desp Liquid Stone C451 DHR-A 4500 psi 3-5" Slump; 3-6% Air 4/7/2023 32 13 13 Mix Des p Martin Marietta R2161K70 6000 psi / 3000 Ti 9 24hr. 3-5" Slump; 3-6% Air 2/10/2023 32 13 13 Mix Des SRM Concrete 50310 5000 psi 3-5" Slump; 3-6 % Air 9/9/2022 32 13 13 Mix Desp SRM Concrete 40326 4500 psi / 3000 psi 3 days 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6520AMR 4500 psi / 3000 psi 3 days 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tartan[ Concrete FW7520AMR 4500 psi / 3000 psi 3 days 3-5" Slump; 3-6% Air Class S (Bridge Slabs, Top Slabs of Direct Traffic Culverts, Approach Slabs) 9/9/2022 32 13 13 Mix�esign Cow Town Redi Mix 266 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Desp Cow Town Redi Mix 360 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Des Cow Town Redi Mix 365-STX 4000 psi 3-5" Slump; 3-6% Air 1/29/2024 3213 13 Mix Des Estrada Ready Mix R4060AEWR 4000 psi 4-6" Slump; 3-6% Air 5/3/2023 3213 13 Mix Des n Martin Marietta M7842344 4000 psi 3-5" Slump; 4.5-7.5% Air 4/l/2023 32 13 13 Mix Des Martin Marietta R2146P33 4000 psi 3-5" Slump; 3-6% Air 4/15/2024 32 13 13 Mix Des NBR Ready Mix TX S-NY 4000 psi 3-5" Slump; 3-6% Air 4/15/2024 32 13 13 Mix Des NBR Ready Mix TX S-YY 4000 psi 3-5" Slump; 3-6 % Air 4/5/2025 32 13 13 Mix Desp SRM Concrete 40850 4000 psi 3-5" Slump; 3-6% Air 4/5/2025 32 13 13 Mix Design SRM Concrete 40350 4000 psi 3-5" Slump; 3-6% Air 5/5/2023 32 13 13 Mix Design SRM Concrete D100008553CB 4000 psi 3-5" Slump; 3-6% Air Concrete Base Trench Repair 4/l/2023 1033416 ( Mix Design Branco Texas IOYH50BF I I 1000 psi (Flowable; 8.5-11.5% Air 9/9/20221033416 Mix Design Bumco Texas 08Y450BA 800 psi 5-7" Slump; 3-6 %Air Controlled Low Strength Material (Flowable Fill) 9/9/2022 03 34 13 Mix Design Burri exas OIY690BF 100 psi Flowable; 8.5-11.5% Air 9/9/2022 03 34 13 Mix Des Carder Concrete FWCC359101 50-150 psi 3-5" Slump; 8-12% Air 9/9/2022 0334 13 Mix Des Carder Concrete FWFF237501 50-150 psi Flowable; 8.5-11.5 % Air 9/9/2022 0334 13 Mix Desp City Concrete Company 11-350-FF 50-150 psi Flowable; 8-12% Air 9/9/2022 0334 13 Mix Des Cow Town Redi Mix Mix# 9 70 psi 7-9" Slump; 8-11% Air 10/4/2023 03 34 13 Mix Design NBR Ready Mix FTW FLOW FILL 150 psi 7-10" Slump; 8-12%Air 9/9/2022 03 34 13 Mix Design Tarrant Concrete FWFF150CLSM 50-150 psi Flowable; 8-12% Air FORT WORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 4/5/2025 !!!!!!!! Attention: Mix Desiens do not sunercede CFW Specifications !!!!!!rrrr Concrete Rip Rap 4/l/2023 31 3700 Mix Design Martin Marietta R2141030 4/l/2023 31 3700 Mix Design Martin Marietta R2146033 Asphalt P7vhtg 9/9/2022 32 12 16 Mix Design Austin Asphalt F75B117965 FT5B 117965 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Austin Asphalt FTIBI39965 FTIBI39965 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B117.2 FTIB117.2 PG64-22 Type B Fine Base 5/l/2024 32 12 16 Mix Design Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type B Base Course 9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1112B 1112B PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1612B 1612B PG64-22 Type B Fine Base 4/4/2025 32 12 16 Mix Design Reynolds Asphalt 2315B 2315B PG64-22 Type B Fine Base 12/5/2022 33 12 16 Mix Design Surmount Paving 3076BV6422 3076BV6422 PG62-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Surmount Paving 341-BRAP6422ERG 34 1 -BRAP6422ERG PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 37-211305-20 37-211305-20 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 44-211305-17 44-211305-17 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 211305 (1757) 211305 (1757) PG64-22 Type B Fine Base As4halt(Continued) 9/9/2022 32 12 16 Mix Design TXBIT 64-224125-18 PG PG70-22 Type D Fine Surface 4/1/2024 32 12 16 I Mix Design TXBIT 344 MAC-SP-D 70-22XR I64-224125-18 344 MAC-SP-D 70-22XR SAC A-R Type D Fine Surface Detectable Warning Surface 9/9/2022 32 13 20 DWS - Pavers Pine Hall Brick (Winston Salem, NC) Tactile Pavers 9/9/2022 32 13 20 DWS - Pavers Western Brick Co. (Houston, TX) Detectable Warning Pavers 9/9/2022 32 13 20 DWS - Composite Armor Tile 9/9/2022 32 1320 DWS - Composite ADA Solutions (Wilmington, MA) Heritage Brick CIP Composite Paver 4/7/2023 32 1320 DWS - Pavers ADA Solutions (Wilmington, MA) Detectable Warning Pavers Silicone Joint Sealant 9/9/2022 32 1373 Joint Sealant Dow 890SL 890SL - Cold Applied, Single Component, Silicone Joint Sealant 9/9/2022 32 13 73 Joint Sealant Tremco 900SL 900SL - Cold Applied, Single Component, Silicone Joint Sealant 9/9/2022 32 1373 �32 Joint Sealant Pecan,300SL 300SL - Cold Applied, Single Component, Silicone Joint Sealant 9/9/2022 13 73 Joint Sealant Crafco RoadSaver Silicone RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint Sealant Utility, Trench Embedment Sand 9/9/2022 33 OS lb Embedment Sand Silver Creek Materials Utility Embedment Sand 9/9/2022 33 05 10 Embedment Sand Crouch Materials Utility Embedment Sand 9/9/2022 3305 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand 9/9/2022 3305 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand 9/9/2022 3305 10 Embedment Sand Tin Top Martin Marietta Utility Embedment Sand Storm Sewer - Manholes & B3ses/Frames & Covers/Standard (Round) 33-05-13 4000 psi I3-5" Slump; 3-6% Air 4000 psi 3-5" Slump; 3-6% Air 9/28/2018 3305 13 Manhole Frames and Covers AccuCast (Govind Steel Company, LTD) MHRC #220605 MHRC #220605 (Size - **24" Dia.) 9/28/2018 3305 13 Manhole Cover Neenah Form NF-1274-T91 NF-1274-T91 (Size - 32" Dia.) 9/28/2018 3305 13 Manhole Frames and Coy Neenah Foun NF-1743-LM (Hinged) NF-1743-LM (Hinged) (Size - 32" Dia.) 9/28/2018 3305 13 Manhole Frame Neenah Form NF-1930-30 NF-1930-30 (Size - 32.25" Dia.) 9/28/2018 3305 13 Manhole Frames and Coy Neenah Form R-1743-ITV R-1743-HV (Size - 32" Dia.) 4/3/2019 3305 13 Manhole Frames and Coy SIP Industries ++ 2279ST 2279ST (Size - 24" Dia.) 4/3/2019 3305 13 Manhole Frames and Coy SIP Industries ++ 2280ST 2280ST (Size - 32" Dia.) 10/8/2020 3305 13 Manhole Frames and Coy EJ ( Formally East Jordan Iron Works) EJ1033 Z2/A EJ1033 Z2/A (Size - 32.25" Dia.) 3/8/2024 3305 13 Curb Inlet Covers SIP Industries ++ 2296T 2296T (Size - ***24" Dia.) 6/18/2024 3305 13 Curb Inlet Covers SIP Industries ++ 2279STN 2279STN (Size - 24" Dia.) **Nate. All new development and new installation manhole yids shall meet the minimum 30-inch opening requirement as specified in City Specification 33 0513. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers. �ASTMD5893 ASTM D5893 ASTM D5893 ASTM D5893 ASTM C33 ASTM C33 ASTM C33 ASTM C33 ASTM C33 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A536 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 Storm Sewer - Inlet & Structures 33-05-13 10/8/2020 33 49 20 Curb Inlets Fortema FRT-1 Ox3-405-PRECAST** (Size - 10' X 3') ASTM C913 10/8/2020 33 49 20 Curb Inlets Forterrra FRT-1 Ox3-406-PRECAST** (Size - 10' X 3') ASTM C913 10/8/2020 33 49 20 Curb Inlets Forterrra FRT-1 Ox4.5-407-PRECAST** (Size - 10' X 4.5') ASTM C913 10/8/2020 33 49 20 Curb Inlets Forterrra FRT-1 Ox4.5-420-PRECAST** (Size - 10' X 4.5') ASTM C913 10/8/2020 33 39 20 Manhole Forterrra FRT-4X4-409-PRECAST-TOP (Size - 4' X 4') ASTM C913 10/8/2020 33 39 20 Manhole Forterrra FRT-4X4-409-PRECAST-BASE (Size - 4' X 41 ASTM C913 10/8/2020 33 39 20 Manhole Forterrra FRT-5X5410-PRECAST-TOP (Size - 5' X 5') ASTM C913 10/8/2020 33 39 20 Manhole Forterrra FRT-5X5410-PRECAST-BASE (Size - 5' X 51 ASTM C913 10/8/2020 33 39 20 Manhole Forterrra FRT-6X64I I -PRECAST -TOP (Size - 6' X 6') ASTM C913 10/8/2020 33 39 20 Manhole Forterrm FRT-6X64I I -PRECAST -BASE (Size - 6' X 6� ASTM C913 3/19/2021 33 49 20 Curb Inlets Thompson PT' a Group TPG-I OX3-405-PRECAST INLET** (Size - 10' X 3') ASTM 615 3/19/2021 33 49 20 Curb Inlets Thompson PTe Group TPG-15X3-405-PRECAST INLET** (Size - 15' X 3') ASTM 615 3/19/2021 33 49 20 Curb Inlets Thompson PTe Group TPG-20X3-405-PRECAST INLET** (Size - 20' X T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST TOP (Size - 4' X 4') ASTM 615 FORT WORTH,.; CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 4/5/2025 !!!!!!!! Attention: Mix Designs do not su ercede CFW Specifications !!!!!!rrrr Description 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4409-PRECAST BASE (Size - 4' X 4') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-412-PRECAST 4-FT RISER (Size - 4' X 4') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST TOP (Size - 5' X 5') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST BASE (Size - 5' X 5� ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-412-PRECAST 5-FT RISER (Size - 5' X 5') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST TOP (Size - 6' X 6') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST BASE (Size - 6' X 6� ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-412-PRECAST 6-FT RISER (Size - 6' X 6') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST TOP (Size - TX T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST BASE (Size - TX 7� ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-412-PRECAST 4-FT RISER (Size - TX T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST TOP (Size - 8' X 8') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST BASE (Size - 8' X 8� ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-412-PRECAST 5-FT RISER (Size - 8' X 8') ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-4X4-408-PRECAST INLET (Size - 4' X 4') ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-5X5-408-PRECAST INLET (Size - 5' X 5') ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-6X6-408-PRECAST INLET (Size - 6' X 6') ASTM 615 8/28/2023 33 49 10 Manhole Oldcastle Precast 4' x 4' Stacked Manhole (Size - 4' X 4� ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box (Size - 5' X 8� ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 4' x 4' Storm Junction Box (Size - 4' X 4� ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 5' Storm Junction Box (Size - 5' X 5� ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 6' x 6' Storm Junction Box (Size - 6' X 6� ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 8' x 8' Storm Junction Box Base (Size - 8' X 8') ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' Stomr Junction Box Base (Size - 5' X 8') ASTM C478 8/28/2023 33 49 10 Manhole Rinker Materials Reinforced 48" Diameter Spread Footing Manhole (Size - 4' X 4') ASTM C433 8/28/2023 33 39 20 Curb Inlet 10'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT) ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 15 'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT) ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 20' x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT) ASTM C913-16 1/12/2024 33 49 20 Drop Inlet AmenTex Pipe &Products Drop Inlet (4' X 4� ASTM C913 1/12/2024 33 49 20 Drop Inlet AmenTex Pipe &Products Drop Inlet (5' X 5� ASTM C913 1/19/2024 33 49 20 Manhole AmenTex Pipe &Products Precast 4'x4' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmenTex Pipe &Products Precast 5'x5' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmenTex Pipe &Products 5' Precast Tansition MH (4' MH on the top of 5' JB) ASTM C913 1/19/2024 33 49 20 Manhole AmenTex Pipe &Products Precast 6'x6' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmenTex Pipe &Products 6' Precast Tansition MH (4' MH on the top of 6' JB) ASTM C913 1/19/2024 33 49 20 Manhole AmenTex Pipe &Products Precast 8'x8' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 8' Precast Tansition MH (4' MH on the top of 8' JB) ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Type C Storm Drain Manhole on Box (4' MH on the top of RCB) ASTM C913 7/16/2024 33 49 20 Curb Inlets AmeriTex Pipe &Products 10x3 Precast** (Size 10' x 39 ASTM C913 7/16/2024 33 49 20 Curb Inlets AmeriTex Pipe &Products 15x3 Precast** (Size 15' x 3'' ASTM C913 **Note: Pre -cast inlets are apposed for the stage / portion o) the structure (basin) only. Stage H pordon ot'the structure are required to be cast in -place. No exceptions to thu requirement sha!l be allowed. Storm Sewer - Pies & Boxes 33-05-13 4/9/2021 3341 13 Storm Dram Pipes Advanced Drainage Systems, Inc. (ADS) ADS HP Storm Polvpropylene (PP) Pipe (Size - 12" - 60") ASTM F2881 & AASHTO M330 8/28/2023 3341 10 Storm Drain Pipes Rinker Materials Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Size - 21" or larger) ASTM C76, C655 8/28/2023 3341 10 Culvert Box Rinker Materials Reinforced Concrete Box Culvert (Sze - Various) ASTM C789, C850 10/12/2023 3341 10 Storm Drain Pipes AmeriTex P�c &Products Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger) ASTM C76, C506 10/12/2023 3441 10 Culvert Box AmeriTex Pipe &Products Reinforced Concrete Box Culvert (size - Various)) ASTM C1433,C1577 10/18/2023 3541 10 Storm Drain Pipes The Turner Co. Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger) ASTM C76, C506 10/18/2023 3341 10 Culvert Box The Turner Co. Reinforced Concrete Box Culvert (size - Various) ASTM C1433,C1577 4/12/2024 3341 10 Storm Drain Pipes Thompson Pipe Group Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various) ASTM C76, C506 6/25/2024 3341 10 Culvert Box Oldcastle Reinforced Concrete Box Culvert ASTM C1433,C1577 6/25/2024 3341 10 Storm Drain Pipes Oldcastle Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various) ASTM C76, C506 Revision Comments (1-29-2025) Removed Argos, Ingram, Redi-Mix, Charley s (4-3-2025) Bigto— Concrete updated Mix ID's (4-5-2025) 03 34 13 CLSM specification