Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 63110-PM1
CSC No. 63110-PM1 PROJECT MANUAL FOR THE CONSTRUCTION OF WATER, SEWER, PAVING, DRAINAGE, AND STREET LIGHTING TO SERVE RECOVERY RESOURCE COUNCIL IPRC Record No. IPRC24-0197 City Project No.105927 FID No. 30114-0200431-105927-EO7685 File No. N/A X File No. X-28396 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 Worth APRIL 2025 Claymoore Engineering, INC. Firm #14199 1903 Central Dr., Suite 406 Bedford, TX 76021 17 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised 1 00 11 13 hiyitcAief to Bidders 03/20/2020 0021 13 lastp etions to Bidde :s 03/20/2020 00 41 00 Bid Fefm 04/02/2014 00 42 43 Proposal Form Unit Price 05/22/2019 0043 13 Bid Ben 04/02/2014 0045 11 Bidders n.o ualif ,.a4ier's 04/02/2014 0045 12 Prequalification Statement 09/01/2015 0045 13 Bidder- P -eq li fieafien A ppheatie 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 00 45 40 r, mere,+. Business Et#er-prise Goal 08/21/2018 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 00 72 00 G✓/xxxul Wiens 11/15/2017 00 73 00 StwPlemen4 ^' Cand tion 07/01/2011 0073 10 Standard City Conditions of the Construction Contract for Developer 01/10/2013 Awarded Projects Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 I1-�v,4"fes 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 01 31 20 Pr-E. e *Meetings 07/01/2011 01 32 33 Preconstruction Video 08/30/2013 013300 Submittals 08/30/2013 013513 Dp,-v.al 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 Recovery Resource Council CPN# 105927 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised March 20, 2020 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents NONE. Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http://fortworthtexas.gov/tpw/contractors/ or https:Happs.fortworthtexas.gov/PrqiectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Seleetive Site Demert;^r 12/20/2012 0241 14 12/20/2012 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 12/20/2012 0334 13 G „tfeilea Low . Stfe gt Mate-ia (rr era) 12/20/2012 0334 16 !mate -ete Bfts M,.a,.fia fyt Ti—ix MV it 12/20/2012 03 80 00 Modifications •1 E*istiag r, ,.rote c.,..,,,tufes 12/20/2012 Division 26 - Electrical 26 05 00 CoaunJl `I a fk n..stilt,, for- Eleetr-ie .l 11/22/2013 2605 10 Peffiel4iefrfr/t P1.MtrizalSystems 12/20/2012 26 05 33 Raeew 3 r..tA fr,sterKs 12/20/2012 26 05 43 b ra T1l✓�-C.ni Ili vfr.ay-s-sx El. oai fi,4err s 07/01/2011 26 05 50 Mttlfi Duet r""E"' 02/26/2016 Division 31- Earthwork 31 1000 Site Clearing 12/20/2012 3123 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 E1nball"useff ts 01/28/2013 31 25 00 Erosion and Sediment Control 12/20/2012 31 36 00 Gabions 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 12/20/2012 3201 18 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 1123 Flexible Base Courses 12/20/2012 32 1129 Lumc, T;,va4ed Brie /-+.._. 12/20/2012 32 1133 Troatod Bwaj Celfses 12/20/2012 32 1137 Liquid ;a T-eatea cci! Fte— ilic-af 08/21/2015 CITY OF FORT WORTH Recovery Resource Council CPN# 105927 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised March 20, 2020 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 32 1216 Asphalt Paving 12/20/2012 32 1273 As-pl�JV!Wl ft r'r^^'' c� 12/20/2012 32 13 13 Concrete Paving 12/20/2012 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 1373 Concrete Paving Joint Sealants 12/20/2012 32 1416 Brick Unit Paving 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 32 1723 Pavement Markings 11/22/2013 32 1725 Curb Address Painting 11/04/2013 3231 13 Chain F oz-axes 12/20/2012 32 31 26 Wire FeRees ^^a (icaes 12/20/2012 32 31 29 Wood Fences a -a Gates 12/20/2012 3232 13 Cast i Plate Ce fie eat^ n^*Ainiq,. walls 06/05/2018 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 3292 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016 3303 10 %'proo Iturp�ng of EHistiag Sewer Systo ^ 12/20/2012 3304 10 Joint Bonding and Electrical Isolation 12/20/2012 3304 11 Ceffosion Control Tort Stet*"" 12/20/2012 3304 12 Magnesium Anode r^th a:^ Pr-oteetio Syste-a 12/20/2012 33 04 30 T^, por-ar-y W4er- So.. flees 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 3305 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 3305 12 Water Line Lowering 12/20/2012 3305 13 Frame, Cover and Grade Rings - Cast Iron 01/22/2016 3305 13.10 Frame, Cover and Grade Rings - Composite 01/22/2016 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 12/20/2012 Grade 3305 16 Concrete Water Vaults 12/20/2012 3305 17 Concrete Collars 12/20/2012 33 05 20 erg 12/20/2012 33 05 21 Ttmnel Liner D'^te 12/20/2012 33 05 22 Steel Casing Ape 12/20/2012 33 05 23 L%r..\i Tuni-xo4i*g 12/20/2012 33 05 24 1*&tiallation .,F!''^rrier Pipe i Casing or T,caffa J ; rune Plate 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 1105 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 P:Retile Ifffil Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 11 13 Eener-eto 11no-2am Npo, BaF `z r ^a, Steel Cylinder- Typ 12/20/2012 CITY OF FORT WORTH Recovery Resource Council CPN# 105927 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised March 20, 2020 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 33 11 14 Ruf:ied 5ocl Pipe ana—� 12/20/2012 33 1210 Water Services 1-inch to 2-inch 02/14/2017 33 1211 Large Water Meters 12/20/2012 33 1220 Resilient Seated Gate Valve 12/20/2012 33 1221 AWWA Rubber -Seated Butterfly Valves 12/20/2012 33 1225 Connection to Existing Water Mains 02/06/2013 33 1230 GomY/.nsat of n:. Valve Assemblies lies for- Potable Wa4e. System 12/20/2012 33 1240 Fire Hydf&tts 01/03/2014 33 1250 Watoc Sample Stations 12/20/2012 33 1260 Stan ^..,1 Blow off Valve n ^^o,..b! 06/19/2013 3331 12 Gufed in Ulaee Ape (CIPP) 12/20/2012 3331 13 Fiber -glass Reinf reed Pipe f f Gm-v +" E"n\Iit&:,-;ewers 12/20/2012 3331 15 Digit Domait<' Polyethylene (14DP ) Pipe-kr Emit& -y-Sewer 12/20/2012 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 3331 21 Polyvinyl Chloride (PVC) Closed Profile Gm-yi Eanilar,-Sewer 12/20/2012 33 31 22 Sanitary Sewa: flir, liming 12/20/2012 33 31 23 Sanitary awar Dire Ealafgemef + 12/20/2012 3331 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 Combination Air- Valve for- Sanitary Sewer- > or^o Mai 12/20/2012 3339 10 Cast -in -Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 12/20/2012 33 39 40 Wastekya4e . n eeess chaff if (WAG) r) 12/20/2012 33 39 60 Epoxy r : o ^ for- Sanitary Sewer- s+,..,etufe 12/20/2012 3341 10 Reinforced Gonerote Storm Sewer D:ro'r„lyert^ 07/01/2011 3341 11 High Density Polyethylene (LDDE) 11ir. ° 12/20/2012 3341 12 Reinforced D lyethlene (SRPE) Pipe 11/13/2015 33 46 00 s„l� 12/20/2012 33 46 01 SIEWed Storim Dpc�ns 07/01/2011 33 46 02 Trvrn't Drc�ma 07/01/2011 3349 10 Cav' im Naze Manholes and JunctionBoxes 12/20/2012 33 49 20 Gui-7b and D2or, Inlets 12/20/2012 33 49 40 Storm Drdnage 14ead ails and Wingw^"^ 07/01/2011 Division 34 - Transportation 3441 10 T-^Ffi^ signals 10/12/2015 3441 10.01 Attaehment A efAfehel- Cabinet 12/18/2015 3441 10.02 A4taoAllxx4 o-it — r'wAfellef Speei cation 02/2012 3441 10.03 Attachment G Software Specif c-atien 01/2012 3441 11 Tame-owrry- T a ffie s ^„^'^ 11/22/2013 3441 13 Removing TFaffie signal 12/20/2012 3441 15 Reeta*gulm I�Lcpid PlaJiing BeeeEm 11/22/2013 3441 16 Pedestrian 14ybr-'a sign^ 11/22/2013 34 41 20 Rea vrq- Z1umamia+ia ",.,.......b 12/20/2012 34 41 20.01 Artaria iED Raadw 06/15/2015 34 41 20.02 Fr-eew , LLD Ilia y Tjatninanrvs 06/15/2015 CITY OF FORT WORTH Recovery Resource Council CPN# 105927 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised March 20, 2020 UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Pagel of5 Bidder's Application Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description I Section No. I Measure I Quantity Unit Price UNIT I: WATER)M PROVE M ENTS 1 3201.0132 5' Wide Asphalt Pvmt Repair, Industrial 3201 17 LF 65 $ 167.11 2 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 10 $ 104.43 3 3312.0117 Connection to Existing 4"-12" Water Main 33 1225 EA 1 $ 7,519.90 4 3311.0142 6" Water Pipe, CSS Backfill 33 11 10,33 11 12 LF 30 $ 375.99 5 3312.3003 8" Gate Valve 33 1220 EA 1 $ 4,316.98 6 3312.3002 6" Gate Valve 33 1220 EA 1 $ 2,785.15 7 3312.2003 1" Water Service 33 12 10 EA 1 $ 4,177.72 8 3305.0109 Trench Safety 3305 10 LF 30 $ 20.89 10 Cut & Cap Service at Main EA 3 $ 2,228.12 TOTAL UNIT I: WATER IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Bid Value $10,862.15 1 $1,044.301 $7,519.90 1 $11,279.70 1 $4,316.98 1 $2,785.151 $4,177.72 1 $626.70 1 $6,684.36 1 $49,296.96 1 UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Page 2 of 5 Bidder's Application Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description I Section No. I Measure I Quantity Unit Price UNIT II: SANITARY SEWER IMPROVEMENTS 1 3201.0137 10' Wide Asphalt Pvmt Repair, Industrial 3201 17 LF 60 $ 348.14 2 3331.4115 8" Sewer Pipe 33 11 10, LF 210 $ 153.18 3 3331.4116 8" Sewer Pipe, CSS Backfill 3331 12, LF 60 $ 459.55 4 3331.4108 6" Sewer Pipe 33 31 20 LF 10 $ 139.26 5 0330.0001 Concrete Encase Sewer Pipe 03 30 00 CY 4 $ 584.88 7 3339.1004 4.0' Dia. Shallow Manhole 33 39 10, 33 39 20 EA 2 $ 11,419.11 8 3301.0001 Pre -CCTV Inspection 33 01 31 LF 330 $ 2.79 9 3301.0002 Post -CCTV Inspection 33 01 31 LF 340 $ 2.79 10 3301.0003 Final -CCTV Inspection 33 01 31 LF 340 $ 2.79 11 3301.0101 Manhole Vacuum Testing 33 01 30 EA 1 $ 431.70 12 3305.0109 Trench Safety 3305 10 LF 340 $ 13.93 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Bid Value $20,888.40 1 $32,167.80 1 $27,573.00 1 $1,392.601 $2,339.52 1 $22,838.22 1 $920.70 1 $948.60 1 $948.60 1 $431.701 $4,736.20 1 $115,185.34 1 UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Page 3 of 5 Bidder's Application Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description I Section No. I Measure I Quantity Unit Price UNIT III: DRAINAGE IMPROVEMENTS 1 3201.0137 10' Wide Asphalt Pvmt Repair, Industrial 3201 17 LF 20 $ 348.14 2 3216.0101 6" Conc Curb and Gutter 32 1613 LF 10 $ 104.44 3 3341.0103 18" RCP, Class III 3341 10 LF 30 $ 208.89 4 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 2 $ 10,583.56 5 3301.0012 Post -CCTV Inspection of Storm Drain 00 00 00 LF 30 $ 2.79 6 3305.0109 Trench Safety 3305 10 LF 30 $ 34.81 TOTAL UNIT III: DRAINAGE IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Bid Value $6,962.801 $1,044.40 1 $6,266.70 1 $21,167.12 1 $83.70 1 $1,044.30 1 $36,569.02 1 UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Bidlist Item No. Description 1 0241.1100 Remove Asphalt Pvmt 3213.0101 6" Conc Pvmt 2 3213.0302 5" Conc Sidewalk 3 3213.0401 6" Concrete Driveway 4 3213.0506 Barrier Free Ramp, Type P-1 5 3216.0101 6" Conc Curb and Gutter 6 3471.0001 Traffic Control 7 3471.0003 Traffic Control Details 8 3211.0701 6" Cement Treatment 9 3292.0101 Sodding 10 9999.0003 Trees 11 3110.0102 6"-12" Tree Removal 12 3110.0103 12"-18" Tree Removal 00 42 43 DAP - BID PROPOSAL Page 4 of 5 Bidder's Application Bidder's Proposal Specification I Unit of I Bid Unit Price Bid Value Section No. Measure Quantity UNIT IV: PAVING IMPROVEMENTS 0241 15 SF 2428 $ 3.57 $8,667.961 32 13 13 SF 642 $ 20.89 $13,411.381 32 1320 SF 2680 $ 14.97 $40,119.601 32 1320 SF 952 $ 20.89 $19,887.281 32 1320 EA 8 $ 2,785.15 $22,281.20 1 32 1613 LF 71 $ 54.31 $3,856.01 1 3471 13 MO 1 $ 4,435.35 $4,435.35 1 3471 13 EA 1 4163.80 $4,163.801 321123 SF 1594 $ 2.44 $3,889.361 00 00 00 LS 1 $ 6,962.87 $6,962.87 1 00 00 00 LS 1 $ 6,962.87 $6,962.87 1 31 1000 EA 7 $ 626.66 $4,386.621 31 1000 EA 3 $ 1,183.69 $3,551.071 TOTAL UNIT IV: PAVING IMPROVEMENTS $142,575.37 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Page 5 of 5 Bidder's Application Bidlist Item I Specification I Unit of I Bid Description No. Section No. Measure Quantity Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS Total Construction Bid This Bid is submitted by the entity named below: BIDDER: West Fork Construction Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. BY: Michael raham TITLE: Man�ging. Vember DATE: 02/19/25 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Bidder's Proposal Unit Price I Bid Value $49,296.96 1 $115,185.34 1 $36,569.02 1 $142,575.371 $343,626.69 1 120 worldng days after the date when the 0045 12 DAP PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maior Work Tvne" box provide the complete maior work tvve and actual description as provided by the Water Department for water and sewer and TPW for paving. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Improvements Bear Creek Site Utilities & Construction LTD 04/30/2026 Sanitary Sewer Improvements Bear Creek Site Utilities & Construction LTD 04/30/2026 Drainage Improvements Bear Creek Site Utilities & Construction LTD 04/30/2026 Paving Improvements Reynolds Asphalt and Construction 05/31/2026 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: West Fork Construction BY: Michael Graham Signature) TITL Managing Member DATE: 02/ 19/25 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS 00 45 12_Prequalification Statement 2015_DAP.docx Form Version September 1, 2015 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 105927 . 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: West Fork Construction Company 2421 W 7th St. Suite 350 Address Fort Worth, Texas 76107 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Michael Graham (Please Print) Signature: Title: Managing Member (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Michael Graham , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of West Fork Construction for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 19th day of February , 2025. ®SYdNe Blrpltta Wagley V J MY Col/la/2eExpires Nam; Notary eblicn and for the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 Recovery Resource Council CPN# 105927 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on 02/20/2025 is made by and between the Developer, 5 Recovery Resource Council, authorized to do business in Texas ("Developer") , and 6 West Fork Construction, LLC , authorized to do 7 business in Texas, acting by and through its duly authorized representative, ("Contractor"). 8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Recovery Resource Council 17 Proiect Number: 105927 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 24 date when the Contract Time commences to run as provided in Paragraph 12.04 of the 25 Standard 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 ($00.00) 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 Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 105927 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 $343,626.69 Dollars 40 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 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 Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Prequalification Statement 3) State and Federal documents (project specific) b. Insurance ACORD Form(s) c. Payment Bond (DAP Version) d. Performance Bond (DAP Version) e. Maintenance Bond (DAP Version) f. Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 105927 Revised June 16, 2016 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of 4 FT�.wln lei 1J alu' lei I y [oy.,% I Mei 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 overate 81 and be effective even if it is alleged or vroven that all or some of the damages being 82 sought were caused, in whole or in Dart, by anv act, omission or negligence of the citv. 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 vrovision is svecifically intended to overate and be effective even if it is alleged or 93 vroven 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 Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 105927 Revised June 16, 2016 116 117 118 119 120 121 122 123 124 125 126 00 52 43 - 4 Developer Awarded Project Agreement Page 4 of 4 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date") Contractor: West Fork Construction, LLC By: (Signature) Michael Graham (Printed Name) Title: Managing Member Company Name: West Fork Construction Address: 2421 W 7th St. Suite 350 City/State/Zip: Fort Worth, Texas 76107 02/19/2025 Date Developer: Recovery Resource Council By: C 4. 4 (Signatur Eric Niedermayer (Printed Name) Title: CEO Company name:Recovery Resource Council Address:2700 Airport Freeway City/State/Zip: Fort Worth, Texas 76111 2/20/2025 Date CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN# 105927 Revised June 16, 2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 006125-1 CERTIFICATE OF INSURANCE Page 1 of 1 SECTION 00 6125 CERTIFICATE OF INSURANCE 101eI IZ17 0&10[4]I I to] eI CITY OF FORT WORTH Recovery Resource Councild STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN# 105927 Revised July 1, 2011 POLICY NUMBER: VUMA0326151 COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) As required by written contract executed and signed by all parties prior to the date of loss but only to the extent permitted by law. The insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. Location(s) Of Covered Operations As designated in written contract with the Named Insured. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not applicable limits of insurance. increase the Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 10 12 19 COMMERCIAL GENERAL LIABILITY CG20371219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART Name Of Additional Insured Person(s) Or Organization(s) As required by written contract executed prior to the date of occurrence but only to the extent permitted by law and the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. SCHEDULE Location And Description Of Completed Operations As designated in written contract with the Named Insured. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 37 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 COMMERCIAL GENERAL LIABILITY CG24041219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): Any person or organization to whom or to which you are obligated by virtue of a written contract to waive your right of recovery. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY WORDING This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE With respect to coverage provided to an additional insured via attachment of an Additional Insured endorsement to this policy, such coverage is primary insurance and we will not seek contribution from any other insurance available to that additional insured. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED VCAS2035 11 10 Page 1 of 1 Policy Number: 10005572CA COMMERCIAL AUTO BA30001215 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO POLICY PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Endorsement Effective Date: CONTENTS: A. ADDITIONAL INSURED — AUTOMATIC STATUS B. BROADENEDINSURED C. DUTIES IN THE EVENT OF AN ACCIDENT, CLAIM, SUIT OR LOSS CONDITION D.. UNINTENTIONAL FAILURE TO DISCLOSE ALL HAZARDS E. RESULTANT MENTAL ANGUISH F. AMENDMENT OF FELLOW EMPLOYEE LIABILITY EXCLUSION G. EMPLOYEES AS INSUREDS H. EMPLOYEE HIRED AUTOS I. INCREASED BAIL BONDS AND LOSS OF EARNINGS J. INCREASED TRANSPORTATION EXPENSE — TOTAL THEFT OF A COVERED AUTO K. INCREASED LOSS OF USE EXPENSE L. ACCIDENTAL DISCHARGE OF AIRBAG COVERAGE M. GLASS REPAIR DEDUCTIBLE WAIVER N. COLLISION DEDUCTIBLE WAIVER O. INCREASED LIMIT FOR ELECTRONIC EQUIPMENT P. TOWING Q. AUTO LOAN/LEASE GAP COVERAGE R. PERSONAL EFFECTS COVERAGE S. LOCKSMITH SERVICES T. TAPES, RECORDS AND DISCS COVERAGE U. HIRED AUTO PHYSICAL DAMAGE V. HIRED PRIVATE PASSENGER AUTOS AND LIGHT TRUCKS — WORLDWIDE COVERAGE W. TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US BA 30 00 12 15 Page 1 of 6 Policy Number: 10003372CA A. ADDITIONAL INSURED — this Coverage Part or would be AUTOMATIC STATUS an "insured" under such Item A.1.c. of SECTION II —COVERED policy but for its termination or AUTOS LIABILITY COVERAGE,WHO the exhaustion of its limits of IS AN INSURED is deleted and insurance. Each such replaced with the following: organization remains qualified c. Anyone liable for the conduct of as an "insured" only while you an "insured" described above own a financial interest of more but only to the extent of that than 50% in the organization liability. This includes, but is not during the policy period. limited to, any person or e. Any organization that is acquired organization for whom you are or formed by you, other than a performing operations when partnership or joint venture, of you and such person or which you own a financial organization have agreed in a interest of more than 50% will written contract or a written qualify as an "insured". agreement that such person or However, such organization will organization be added as an not qualify as an "insured" if it is additional insured on your also an "insured" under another policy. Such person or policy, other than a policy organization is an additional written to apply specifically in insured under this policy only excess of this Coverage Part or with respect to liability caused would be an "insured" under in whole or in part by your acts such policy but for its or omissions in the termination or the exhaustion of performance of your ongoing its limits of insurance. Each operations for the additional such organization remains insured. A person or qualified as an "insured" only organization's status as an while you own a financial additional insured for ongoing interest of more than 50% in the operations under this policy organization during the policy ends when your operations for period. the additional insured are This provision does not include: completed or when this policy (1) any organization is cancelled, whichever occurs 180 days or more after its first. acquisition or formation; or (2) "bodily injury", B. BROADENED INSURED "property damage" or The following paragraph is added "covered pollution cost or to SECTION II —A.1. WHO IS AN expense" caused by an INSURED: "accident" that occurred d. Any organization of yours, other before you acquired or than a partnership or joint formed the organization. venture, of which you own a financial interest of more than C. DUTIES IN THE EVENT OF AN 50% as of the effective date of ACCIDENT, CLAIM, SUIT OR LOSS this Coverage part, will qualify CONDITION as an "insured". However, such The following paragraph is added to organization will not qualify as "insured" the end of Paragraph A. 2., an if it is also an "insured" under another policy, SECTION IV — BUSINESS AUTO other than a policy written to CONDITIONS: apply specifically in excess of Your obligation to notify us promptly of an "accident", claim, "suit" or "loss" is BA 30 00 12 15 Page 2 of 6 Policy Number: 10003372CA satisfied if you send us written notice as excess over any other collectible soon as practicable after any of your insurance executive officers, directors, partners, insurance managers, legal representatives, or "employees" G. EMPLOYEES AS INSUREDS authorized by you to give or receive The following is added to the SECTION notices becomes aware of or should II —COVERED AUTOS LIABILITY have become aware of such "accident", COVERAGE, Paragraph A.1. Who Is An claim, "suit" or "loss". Insured provision: If you report an "accident" or "loss" to Any "employee" of yours is an "insured" your workers compensation insurer while using a covered "auto" you don't which later becomes a claim under this own, hire or borrow in your business or coverage part, failure to report such your personal affairs. "accident" or "loss" to us at the time of the "accident" or "loss" will not be H. EMPLOYEES HIRED AUTOS considered a violation of this Condition, if you notify us as soon as practicable The following is added to the SECTION when you become aware that the II —COVERED AUTOS LIABILITY "accident" or "loss" has become a COVERAGE, Paragraph A.1. Who Is An liability claim. Insured provision: Any "employee" of yours is an "insured" while operating an "auto" hired or rented D. UNINTENTIONAL FAILURE TO under a contract or agreement in that DISCLOSE ALL HAZARDS "employee's" name, with your The following paragraph is added to permission, while performing duties Paragraph B. of SECTION IV — related to the conduct of your business. BUSINESS AUTO CONDITIONS: SECTION IV — BUSINESS AUTO Based on our reliance on your CONDITIONS, B. General Conditions, representations of existing hazards, if 5.b. Other Insurance is replaced by the you unintentionally fail to disclose all following: such hazards prior to the beginning of For Hired Auto Physical Damage the policy period of this Coverage Part, Coverage, the following are deemed to we shall not deny coverage under this be covered "autos" you own: Coverage Part because of such failure. 1. Any covered "auto" you lease, hire, rent or borrow; and E. RESULTANT MENTAL ANGUISH 2. Any covered "auto" hired or rented by your "employee" The definition of "bodily injury" is under a contract in that SECTION V- DEFINITIONS is replaced individual "employee's" name, by the following" with your permission, while "Bodily injury" means bodily injury, performing duties related to sickness or disease sustained by any the conduct of your business. person, including mental anguish or However, any "auto" that is leased, death resulting from any of these. hired, rented or borrowed with a driver is not a covered "auto". F. AMENDMENT OF FELLOW EMPLOYEE LIABILITY EXCLUSION I. INCREASED BAIL BONDS AND LOSS The Fellow Employee Exclusion OF EARNINGS contained in Section II — Covered Autos SECTION II —COVERED AUTOS Liability Coverage does not apply if the LIABILITY COVERAGE, A.2. Coverage "bodily injury" results from the use of a Extensions, a. Supplementary covered "auto" you own or hire. The Payments is amended by: insurance granted under this provision is BA 30 00 12 15 Page 3 of 6 Policy Number: 10003372CA 1. Replace the $2,000 limit for cost of bail bonds with $5,000 in paragraph (2); and 2. Replace the $250 a day limit for reasonable expenses including actual loss of earnings with $500 a day in paragraph (4). J. INCREASED TRANSPORTATION EXPENSE — TOTAL THEFT OF A COVERED AUTO SECTION III — PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extensions, a. Transportation Expenses, is amended by replacing $20 per day with $60 per day, and the $600 maximum with $1,800 maximum. This extension applies to all covered "autos" with a Gross Vehicle Weight of less than 10,001 pounds. K. INCREASED LOSS OF USE EXPENSES SECTION III — PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extensions, b. Loss Of Use Expenses, is amended by replacing $20 per day with $60 per day, and the $600 maximum with $1,800 maximum. L. ACCIDENTAL DISCHARGE OF AIRBAG COVERAGE The following is added to Exclusion 13.3.a. of SECTION III — PHYSICAL DAMAGE COVERAGE: However, this exclusion does not apply to the accidental discharge of an airbag. M. GLASS REPAIR DEDUCTIBLE WAIVER The following is added to paragraph D. of SECTION III — PHYSICAL DAMAGE COVERAGE: No deductible applies to glass damage if the glass is repaired in a manner acceptable to us rather than replaced. N. COLLISION DEDUCTIBLE WAIVER The following is added to paragraph D. of SECTION III — PHYSICAL DAMAGE COVERAGE: When a covered "auto" insured for Collision coverage under this policy collides with another "auto" we insure, the Collision deductible applicable to the covered "auto" or "autos" insured under this policy shall not apply. O. INCREASED LIMIT FOR ELECTRONIC EQUIPMENT Section III PHYSICAL DAMAGE COVERAGE C.1. b. is amended by replacing the $1,000 with $2,500. P. TOWING SECTION III — PHYSICAL DAMAGE COVERAGE, A.2. Towing, is replaced by replacing the following: 2. Towing We will pay up to $75 for towing and labor costs incurred each time an "auto" with a Gross Vehicle Weight of less than 10,001 pounds is disabled if the declarations indicate that either Comprehensive Coverage or Specified Causes of Loss Coverage and Collision Coverage are provided for that "auto". Q. AUTO LOAN/LEASE GAP COVERAGE The following is added to SECTION III — PHYSICAL DAMAGE COVERAGE: In the event of a total "loss" to a covered "auto" shown in the Schedule or Declarations, we will pay any unpaid amount due on the lease or loan for a covered "auto", less: 1. Overdue payments and financial penalties associated with those payments as of the date of the "total loss"; 2. The carryover, transfer or rollover of a previous outstanding lease or loan BA 30 00 12 15 Page 4 of 6 Policy Number: 10003372CA balance from another vehicle to the original lease or loan for the scheduled "auto"; 3. The dollar amount of any unrepaired damage which occurred prior to the total "loss" of the scheduled "auto"; 4. All refunds paid or payable to you as a result of the early termination of the lease of loan agreement or, to the extent financed, as a result of the early termination of any warranty or extended service agreement on the scheduled "auto"; 5. Financial penalties imposed under a lease agreement for high mileage, excessive use or abnormal wear and tear; 6. Nonrefundable security deposits; and 7. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease. The following is added to paragraph A. Loss Conditions of SECTION IV — BUSINESS AUTO CONDITIONS: Lease/Loan Gap Coverage shall apply to the remaining term of the original lease or loan agreement written on the scheduled "auto" at the time of total "loss". R. PERSONAL EFFECTS COVERAGE The following is added to SECTION III — PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extensions: c. Personal Effects We will pay up to $500 for "loss" to personal effects which are: (1) owned by an "insured"; and (2) in or on a covered "auto". This coverage applies only in the event of a total theft of a covered "auto". No deductible applies to this coverage. Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment are not considered personal effects. S. LOCKSMITH SERVICES The following is added to SECTION III — PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extensions: d. Locksmith Services We will pay up to $100 for necessary locksmith services incurred because keys to a covered "auto" have been lost, stolen or damaged. No deductible applies to this coverage. T. TAPES, RECORDS AND DISCS COVERAGE Exclusion BA.a. of SECTION III — PHYSICAL DAMAGE COVERAGE does not apply. The following is added to SECTION III — PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extensions: e. Tapes, Records And Discs Coverage Under Comprehensive Coverage we will pay for "loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (1) Are your property or that of a family member or employee (2) Are in a covered "auto" at the time of "loss". The most we will pay for "loss" is $200. U. HIRED AUTO PHYSICAL DAMAGE If hired "autos" are covered "autos" for Covered Autos Liability Coverage, then BA 30 00 12 15 Page 5 of 6 Policy Number: 10003372CA Comprehensive and Collision coverages $1,000 deductible will apply are extended to an "auto" you lease, for the "loss". hire, rent, or borrow subject to the following: V. HIRED PRIVATE PASSENGER AUTOS 1. The most we will pay for AND LIGHT TRUCKS — WORLDWIDE "loss" to any leased, hired, COVERAGE rented, or borrowed "auto" Paragraph b. 7.5.(1) of Section IV — is is the Actual Cash Value or BUSINESS AUTO CONDITIONS — thecost to repair the "auto", echever Policy Period, Coverage Territory is is smallest. whireplaced by the following: 2. The deductible for Hired Anywhere in the world if a covered Auto Physical Damage will "auto" of the private passenger type or a be equal to the largest light truck with Gross Vehicle Weight deductible applicable to any "auto" less than 10,001 pounds is leased, owned scheduled on hired, rented or borrowed without a this policy for that coverage. driver for a period of 30 days or less. No deductible applies to loss by fire or lightning. 3. If the "loss" to the leased, W.TRANSFER OF RIGHTS OF hired, rented, or borrowed RECOVERY AGAINST OTHERS TO "auto" is covered by US Comprehensive Coverage, The following is added to Section IV — and if no owned "auto" BUSINESS AUTO CONDITIONS A.S. scheduled on this policy is Transfer Of Rights Of Recovery Against insured for Comprehensive Others To Us: Coverage, a $100 We waive any right of recovery we may deductible will apply to the have against any person or organization "loss". to the extent required of you under a 4. If the "loss" to the leased, written contract executed prior to any hired, rented, or borrowed "accident" or "loss", provided the "auto" is covered by "accident" or "loss" arises out of Collision Coverage, and if operations contemplated by such no owned "auto" scheduled contract. This waiver applies only to the on this policy is insured for person or organization designated in Collision Coverage, a such contract. BA 30 00 12 15 Page 6 of 6 Policy Number: 10003372CA COMMERCIAL AUTO CA044911 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance — Primary And Excess Insurance Provisions in the Motor Carrier Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". B. The following is added to the Other Insurance Condition in the Auto Dealers Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage and General Liability Coverages are primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". CA 04 49 11 16 © Insurance Services Office, Inc., 2016 Page 1 of 1 P� —.. l X 1 utua WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All Texas operations 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 9/17/24 at 12:01 a.m. standard time, forms a part of: Policy no. 0002028704 of Texas Mutual Insurance Company effective on 9/17/24 Issued to: WEST FORK CONSTRUCTION LLC NCCI Carrier Code: 29939 This is not a bill i Authorized representative 1 of 1 PO Box 12058, Austin, TX 78711-2058 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 9/16/24 WC 42 03 04 B POLICY NUMBER: VUMA0326151 COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) As required by written contract executed and signed by all parties prior to the date of loss but only to the extent permitted by law. The insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. Location(s) Of Covered Operations As designated in written contract with the Named Insured. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 C. With respect to the insurance afforded to these 2. Available under the applicable limits of additional insureds, the following is added to insurance; Section III — Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable limits of insurance. will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 10 12 19 COMMERCIAL GENERAL LIABILITY CG20371219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART Name Of Additional Insured Person(s) Or Organization(s) As required by written contract executed prior to the date of occurrence but only to the extent permitted by law and the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. SCHEDULE Location And Description Of Completed Operations As designated in written contract with the Named Insured. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 37 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 COMMERCIAL GENERAL LIABILITY CG24041219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): Any person or organization to whom or to which you are obligated by virtue of a written contract to waive your right of recovery. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY WORDING This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE With respect to coverage provided to an additional insured via attachment of an Additional Insured endorsement to this policy, such coverage is primary insurance and we will not seek contribution from any other insurance available to that additional insured. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED VCAS2035 11 10 Page 1 of 1 Policy Number: 10005572CA COMMERCIAL AUTO BA30001215 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO POLICY PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Endorsement Effective Date: CONTENTS: A. ADDITIONAL INSURED —AUTOMATIC STATUS B. BROADENEDINSURED C. DUTIES IN THE EVENT OF AN ACCIDENT, CLAIM, SUIT OR LOSS CONDITION D.. UNINTENTIONAL FAILURE TO DISCLOSE ALL HAZARDS E. RESULTANT MENTAL ANGUISH F. AMENDMENT OF FELLOW EMPLOYEE LIABILITY EXCLUSION G. EMPLOYEES AS INSUREDS H. EMPLOYEE HIRED AUTOS I. INCREASED BAIL BONDS AND LOSS OF EARNINGS J. INCREASED TRANSPORTATION EXPENSE — TOTAL THEFT OF A COVERED AUTO K. INCREASED LOSS OF USE EXPENSE L. ACCIDENTAL DISCHARGE OF AIRBAG COVERAGE M. GLASS REPAIR DEDUCTIBLE WAIVER N. COLLISION DEDUCTIBLE WAIVER O. INCREASED LIMIT FOR ELECTRONIC EQUIPMENT P. TOWING Q. AUTO LOAN/LEASE GAP COVERAGE R. PERSONAL EFFECTS COVERAGE S. LOCKSMITH SERVICES T. TAPES, RECORDS AND DISCS COVERAGE U. HIRED AUTO PHYSICAL DAMAGE V. HIRED PRIVATE PASSENGER AUTOS AND LIGHT TRUCKS — WORLDWIDE COVERAGE W. TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US BA 30 00 12 15 Page 1 of 6 Policy Number: 10003372CA A. ADDITIONAL INSURED — this Coverage Part or would be AUTOMATIC STATUS an "insured" under such Item A.1.c. of SECTION II —COVERED policy but for its termination or AUTOS LIABILITY COVERAGE,WHO the exhaustion of its limits of IS AN INSURED is deleted and insurance. Each such replaced with the following: organization remains qualified c. Anyone liable for the conduct of as an "insured" only while you an "insured" described above own a financial interest of more but only to the extent of that than 50% in the organization liability. This includes, but is not during the policy period. limited to, any person or e. Any organization that is acquired organization for whom you are or formed by you, other than a performing operations when partnership or joint venture, of you and such person or which you own a financial organization have agreed in a interest of more than 50% will written contract or a written qualify as an "insured". agreement that such person or However, such organization will organization be added as an not qualify as an "insured" if it is additional insured on your also an "insured" under another policy. Such person or policy, other than a policy organization is an additional written to apply specifically in insured under this policy only excess of this Coverage Part or with respect to liability caused would be an "insured" under in whole or in part by your acts such policy but for its or omissions in the termination or the exhaustion of performance of your ongoing its limits of insurance. Each operations for the additional such organization remains insured. A person or qualified as an "insured" only organization's status as an while you own a financial additional insured for ongoing interest of more than 50% in the operations under this policy organization during the policy ends when your operations for period. the additional insured are This provision does not include: completed or when this policy (1) any organization is cancelled, whichever occurs 180 days or more after its first. acquisition or formation; or (2) "bodily injury", B. BROADENED INSURED "property damage" or The following paragraph is added "covered pollution cost or to SECTION II —A.1. WHO IS AN expense" caused by an INSURED: "accident" that occurred d. Any organization of yours, other before you acquired or than a partnership or joint formed the organization. venture, of which you own a financial interest of more than C. DUTIES IN THE EVENT OF AN 50% as of the effective date of ACCIDENT, CLAIM, SUIT OR LOSS this Coverage part, will qualify CONDITION as an "insured". However, such The following paragraph is added to organization will not qualify as "insured" the end of Paragraph A. 2., an if it is also an "insured" under another policy, SECTION IV — BUSINESS AUTO other than a policy written to CONDITIONS: apply specifically in excess of Your obligation to notify us promptly of an "accident", claim, "suit" or "loss" is BA 30 00 12 15 Page 2 of 6 Policy Number: 10003372CA satisfied if you send us written notice as excess over any other collectible soon as practicable after any of your insurance executive officers, directors, partners, insurance managers, legal representatives, or "employees" G. EMPLOYEES AS INSUREDS authorized by you to give or receive The following is added to the SECTION notices becomes aware of or should II —COVERED AUTOS LIABILITY have become aware of such "accident", COVERAGE, Paragraph A.1. Who Is An claim, "suit" or "loss". Insured provision: If you report an "accident" or "loss" to Any "employee" of yours is an "insured" your workers compensation insurer while using a covered "auto" you don't which later becomes a claim under this own, hire or borrow in your business or coverage part, failure to report such your personal affairs. "accident" or "loss" to us at the time of the "accident" or "loss" will not be H. EMPLOYEES HIRED AUTOS considered a violation of this Condition, if you notify us as soon as practicable The following is added to the SECTION when you become aware that the II —COVERED AUTOS LIABILITY "accident" or "loss" has become a COVERAGE, Paragraph A.1. Who Is An liability claim. Insured provision: Any "employee" of yours is an "insured" while operating an "auto" hired or rented D. UNINTENTIONAL FAILURE TO under a contract or agreement in that DISCLOSE ALL HAZARDS "employee's" name, with your The following paragraph is added to permission, while performing duties Paragraph B. of SECTION IV — related to the conduct of your business. BUSINESS AUTO CONDITIONS: SECTION IV — BUSINESS AUTO Based on our reliance on your CONDITIONS, B. General Conditions, representations of existing hazards, if 5.b. Other Insurance is replaced by the you unintentionally fail to disclose all following: such hazards prior to the beginning of For Hired Auto Physical Damage the policy period of this Coverage Part, Coverage, the following are deemed to we shall not deny coverage under this be covered "autos" you own: Coverage Part because of such failure. 1. Any covered "auto" you lease, hire, rent or borrow; and E. RESULTANT MENTAL ANGUISH 2. Any covered "auto" hired or rented by your "employee" The definition of "bodily injury" is under a contract in that SECTION V- DEFINITIONS is replaced individual "employee's" name, by the following" with your permission, while "Bodily injury" means bodily injury, performing duties related to sickness or disease sustained by any the conduct of your business. person, including mental anguish or However, any "auto" that is leased, death resulting from any of these. hired, rented or borrowed with a driver is not a covered "auto". F. AMENDMENT OF FELLOW EMPLOYEE LIABILITY EXCLUSION I. INCREASED BAIL BONDS AND LOSS The Fellow Employee Exclusion OF EARNINGS contained in Section II — Covered Autos SECTION 11 — COVERED AUTOS Liability Coverage does not apply if the LIABILITY COVERAGE, A.2. Coverage "bodily injury" results from the use of a Extensions, a. Supplementary covered "auto" you own or hire. The Payments is amended by: insurance granted under this provision is BA 30 00 12 15 Page 3 of 6 Policy Number: 10005572CA 1. Replace the $2,000 limit for cost of bail bonds with $5,000 in paragraph (2); and 2. Replace the $250 a day limit for reasonable expenses including actual loss of earnings with $500 a day in paragraph (4). J. INCREASED TRANSPORTATION EXPENSE — TOTAL THEFT OF A COVERED AUTO SECTION III — PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extensions, a. Transportation Expenses, is amended by replacing $20 per day with $60 per day, and the $600 maximum with $1,800 maximum. This extension applies to all covered "autos" with a Gross Vehicle Weight of less than 10,001 pounds. K. INCREASED LOSS OF USE EXPENSES SECTION III — PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extensions, b. Loss Of Use Expenses, is amended by replacing $20 per day with $60 per day, and the $600 maximum with $1,800 maximum. L. ACCIDENTAL DISCHARGE OF AIRBAG COVERAGE The following is added to Exclusion 13.3.a. of SECTION III — PHYSICAL DAMAGE COVERAGE: However, this exclusion does not apply to the accidental discharge of an airbag. M. GLASS REPAIR DEDUCTIBLE WAIVER The following is added to paragraph D. of SECTION III — PHYSICAL DAMAGE COVERAGE: No deductible applies to glass damage if the glass is repaired in a manner acceptable to us rather than replaced. N. COLLISION DEDUCTIBLE WAIVER The following is added to paragraph D. of SECTION III — PHYSICAL DAMAGE COVERAGE: When a covered "auto" insured for Collision coverage under this policy collides with another "auto" we insure, the Collision deductible applicable to the covered "auto" or "autos" insured under this policy shall not apply. O. INCREASED LIMIT FOR ELECTRONIC EQUIPMENT Section III PHYSICAL DAMAGE COVERAGE C.1. b. is amended by replacing the $1,000 with $2,500. P. TOWING SECTION III — PHYSICAL DAMAGE COVERAGE, A.2. Towing, is replaced by replacing the following: 2. Towing We will pay up to $75 for towing and labor costs incurred each time an "auto" with a Gross Vehicle Weight of less than 10,001 pounds is disabled if the declarations indicate that either Comprehensive Coverage or Specified Causes of Loss Coverage and Collision Coverage are provided for that "auto". Q. AUTO LOAN/LEASE GAP COVERAGE The following is added to SECTION III — PHYSICAL DAMAGE COVERAGE: In the event of a total "loss" to a covered "auto" shown in the Schedule or Declarations, we will pay any unpaid amount due on the lease or loan for a covered "auto", less: 1. Overdue payments and financial penalties associated with those payments as of the date of the "total loss"; 2. The carryover, transfer or rollover of a previous outstanding lease or loan BA 30 00 12 15 Page 4 of 6 Policy Number: 10005572CA balance from another vehicle to the original lease or loan for the scheduled "auto"; 3. The dollar amount of any unrepaired damage which occurred prior to the total "loss" of the scheduled "auto"; 4. All refunds paid or payable to you as a result of the early termination of the lease of loan agreement or, to the extent financed, as a result of the early termination of any warranty or extended service agreement on the scheduled "auto"; 5. Financial penalties imposed under a lease agreement for high mileage, excessive use or abnormal wear and tear; 6. Nonrefundable security deposits; and 7. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease. The following is added to paragraph A. Loss Conditions of SECTION IV — BUSINESS AUTO CONDITIONS: Lease/Loan Gap Coverage shall apply to the remaining term of the original lease or loan agreement written on the scheduled "auto" at the time of total "loss". R. PERSONAL EFFECTS COVERAGE The following is added to SECTION III — PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extensions: c. Personal Effects We will pay up to $500 for "loss" to personal effects which are: (1) owned by an "insured"; and (2) in or on a covered "auto". This coverage applies only in the event of a total theft of a covered "auto". No deductible applies to this coverage. Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment are not considered personal effects. S. LOCKSMITH SERVICES The following is added to SECTION III — PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extensions: d. Locksmith Services We will pay up to $100 for necessary locksmith services incurred because keys to a covered "auto" have been lost, stolen or damaged. No deductible applies to this coverage. T. TAPES, RECORDS AND DISCS COVERAGE Exclusion B.4.a. of SECTION III — PHYSICAL DAMAGE COVERAGE does not apply. The following is added to SECTION III — PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extensions: e. Tapes, Records And Discs Coverage Under Comprehensive Coverage we will pay for "loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (1) Are your property or that of a family member or employee (2) Are in a covered "auto" at the time of "loss". The most we will pay for "loss" is $200. U. HIRED AUTO PHYSICAL DAMAGE If hired "autos" are covered "autos" for Covered Autos Liability Coverage, then BA 30 00 12 15 Page 5 of 6 Policy Number: 10003372CA Comprehensive and Collision coverages $1,000 deductible will apply are extended to an "auto" you lease, for the "loss". hire, rent, or borrow subject to the following: V. HIRED PRIVATE PASSENGER AUTOS 1. The most we will pay for AND LIGHT TRUCKS — WORLDWIDE "loss" to any leased, hired, COVERAGE rented, or borrowed "auto" Paragraph b. 7.5.(1) of Section IV — is is the Actual Cash Value or BUSINESS AUTO CONDITIONS — thecost to repair the "auto", echever Policy Period, Coverage Territory is is smallest. whireplaced by the following: 2. The deductible for Hired Anywhere in the world if a covered Auto Physical Damage will "auto" of the private passenger type or a be equal to the largest light truck with Gross Vehicle Weight deductible applicable to any "auto" less than 10,001 pounds is leased, owned scheduled on hired, rented or borrowed without a this policy for that coverage. driver for a period of 30 days or less. No deductible applies to loss by fire or lightning. 3. If the "loss" to the leased, W.TRANSFER OF RIGHTS OF hired, rented, or borrowed RECOVERY AGAINST OTHERS TO "auto" is covered by US Comprehensive Coverage, The following is added to Section IV — and if no owned "auto" BUSINESS AUTO CONDITIONS A.S. scheduled on this policy is Transfer Of Rights Of Recovery Against insured for Comprehensive Others To Us: Coverage, a $100 We waive any right of recovery we may deductible will apply to the have against any person or organization "loss". to the extent required of you under a 4. If the "loss" to the leased, written contract executed prior to any hired, rented, or borrowed "accident" or "loss", provided the "auto" is covered by "accident" or "loss" arises out of Collision Coverage, and if operations contemplated by such no owned "auto" scheduled contract. This waiver applies only to the on this policy is insured for person or organization designated in Collision Coverage, a such contract. BA 30 00 12 15 Page 6 of 6 Policy Number: 10003372CA COMMERCIAL AUTO CA 04 49 11 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance — Primary And Excess Insurance Provisions in the Motor Carrier Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". B. The following is added to the Other Insurance Condition in the Auto Dealers Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage and General Liability Coverages are primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". CA 04 49 11 16 © Insurance Services Office, Inc., 2016 Page 1 of 1 ...eXaSMutuar WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All Texas operations 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 9/17/24 at 12:01 a.m. standard time, forms a part of: Policy no. 0002028704 of Texas Mutual Insurance Company effective on 9/17/24 Issued to: WEST FORK CONSTRUCTION LLC NCCI Carrier Code: 29939 This is not a bill Authorized representative 1 of 1 PO Box 12058, Austin, TX 78711-2058 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 9/16/24 WC 42 03 04 B This page has been left blank intentionally. DEVELOPMENT BOND GUARANTEEING PERFORMANCE AND PAYMENT OF IMPROVEMENTS Bond No. 101419526 KNOW ALL MEN BY THESE PRESENTS, that we, Recovery Resource Council l� (�e�p Merchants National1�'a1f1ieJQ ,ems Principal, and (Bonding, Inc. ), a corporation organized and existing under the laws of the State of Iowa , and fully authorized to transact business in the State of Texas, as surety, are held and firmly bound unto CITY OF FORT WORTH, TEXAS, 100 Fort Worth Trail, Fort Worth, Texas, 76102, as Obligee, in the penal sum of ($ 343,626.69 ) lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEAREAS, ( Recovery Resource Council ) has agreed to construct in ( Recovery Resource Council, CPN 9105927 ), in the CITY OF FORT WORTH, TEXAS the following improvements: Utilities, Pavement and Landscape WHEREAS, in the event of bankruptcy, default or other nonperformance by Principal, claims against Principal or the development, Obligee may be left without adequate satisfaction. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall construct, or have constructed, the improvements herein described, and shall pay for the cost of all labor, materials and equipment furnished in connection with the construction of said improvements, and shall save the Obligee barmless from any loss, cost or damage by reason of its failure to complete the construction of said improvements or by reason of its failure to pay for the cost of same, then this obligation shall be null and void, otherwise to remain in full force and effect; and upon receipt of a claim by the City of Fort Worth indicating that the construction of said improvements has not been completed, or that the costs for same have not been paid, the Surety will pay to the City of Fort Worth such amount up to the amount of this bond which will allow the City of Fort Worth to complete construction of said improvements and to pay for the costs of same. We hereby agree with you that the draft(s) drawn under and in compliance with the terms of this bond will be duly honored upon presentation at: (Surety) Merchants National Bonding, Inc. mail code: N/A , (Surety Address) P•O. Box 14498, Des Moines, lA 50306-3498 Attn: Bond Department or by facsimile to (surety Merchants National Bonding, In. Fax Number (512) 475-1771 confrimed by a phone call at 1-800-678-8171 PROVIDED FURTHER, that this bond shall automatically be increased by the amount of any change order, supplemental agreement or amendment which increase the price of the aforementioned contract. PROVIDED FURTHER, that if any legal action be filed on this bond, the laws of the State of Texas shall apply and that venue shall lie exclusively in Tarrant County, Texas. AND PROVIDED FURTER, that the said surety, for value received, hereby stipulates and agrees that no charge, extension of time, alteration or addition to the terms of any contract for the public affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of such contract. This bond is given pursuant to the provisions of Section 212.073 of the Texas Local Government Code, as such may amended from time to time. Signed, sealed and dated this 27th day of February 2025 DEVELOPER'S NAME Recovery . ource Council Prince al B . Z", Eric Niedermayer, CEO SURETY COMPANY'S NAME Mercha is National Bonding, Inc. re •��o� o4 4$a: �� x$ -u o By: sx': 2003 r7: Keeton blch, Attorney-ids-F2ct_ .�,rk.. .... MERCHANT S r - - _ BONDING COMPANY. _- POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, dibla Merchants National Indemnity Company (in California only) (herein collectively`caiisd the "Companies") do hereby make, constitute and appoint, individually, - Alissa Cahalan; Anne Crowner: Ashlea McCaughey; Austin Muehischlegel; Ben Williams; Brian J Oestreich; Brian M Deimerly; Camera -M 6671; Colby D White; Craig E Hansen; D Gregory Stilts; Dione R Young; Donald E Appleby; Douglas Muth; Ginger Hoke; Grace Dickinson; Grace Rasmussen; Graydon Dotson; Greg Krier; Jamie Gifford; Jay D Freiermulh; Jennifer Marine; Jessie Allen; Joe Tiernan; John Cord; Joseph Cardinal; Joshua R Lots; Kate Zanders; Keeton Welch; Kristine M Becks; Mark R DeWitt; Mark Sweigart; Mary Ashley Allen; Melinda C Blodgett; Michelle Morrison; Michelle R Gruis; Nathan Weaver; Nicole Stillings; R C Bowman; Rachel Thomas; Sandra M Engstrum; Sara Huston; Sarah C Brown; Seth D Rooker; Taylor Fogle; Ted Jorgensen; Tim McCulloh; Todd Bengford their true and lawful Attorneys) -in -Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law, This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended an April 27, 2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seat when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages andlor final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 1st day of November 2024 �.+•"""!+l,� •. • " • • •, MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. �►.... ,• �OaP+7R-4 ;e0 : am. • �o,.aPPt?q . 9 dlbta MERCHANTS NATIONAL INDEMNITY COMPANY �.y.; c, q.►•y� ; 2003 -' : cc 1933 c; By Cf '. may. = c:• �` .•day `1a.' President STATE OF IOWA •'•'+.l.r.+l..+.+ • • • �' COUNTY OF DALLAS ss. On this 1st day of November 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. �PFLIA( Penni Miller r h Commission Number 787952 t •✓ • My Commission Expires ioWA January 20, 2027 Notary Public (Expiration of notary's commission does not invalidate this instrument) 1, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 27th day of February 2025 . 20RPOR9 4P • : O�C�RpBR�.� 9yc•ao&b & VV co 2003 :,1933 ;' c; Secretary .........fir MERCHANTS. BONDING COMPANY - ME KHANTS BONDING COMPANY (MUTUAL) - MERCHANTS NATIONAL BONDING. iNC. 2100 FLEUR DRIVE • DES MOINES, IOWA 50321-1158 • tSuGi 678-8171 , {515) 243-3854 FAX IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company (Mutual) toll -free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.texas.gov PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX (12/13) Bond No. 4477343 SECTION 00 62 19 006219-1 MAINTENANCE BOND Page I of 3 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we West Fork Construction, LLC , known as 9 "Principal" herein and SureTec Insurance Company a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, 12 RECOVERY RESOURCE COUNCIL, authorized to do business in Texas ("Developer") and the City of 13 Fort Worth, a Texas municipal corporation ("City"), in the sum 14 of Three Hundred Forty-three Thousand Six Hundred Twenty-six & 69/100 Dollars ($ 343,626.69 15 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment 16 of which sum well and truly be made jointly unto the Developer and the City as dual obligees and 17 their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, 18 jointly and severally, firmly by these presents. 19 20 WHEREAS, Developer and City have entered into an Agreement for the construction of 21 community facilities in the City of Fort Worth by and through a Community Facilities 22 Agreement, CFA Number 105927 ;and 23 WHEREAS, the Principal has entered into a certain written contract with the Developer 24 awarded the 20th day of February . 20 25 , which Contract is 25 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 26 materials, equipment labor and other accessories as defined by law, in the prosecution of the 27 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 28 the "Work") as provided for in said Contract and designated as RECOVERY RESOURCE COUNCIL; 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 Recovery Resource Council STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN# 105927 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 Recovery Resource Council STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN# 105927 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 21st day of February 3 _ .02025 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 �iTTEST: ozAk�� (PAcipal) Secretary Vi` Gf0ri c& 6 ra.k_aAv., Witness as to Principal ATT ST: 4 ( u ty)JIret rd Taylor Fogle Witness as to Surety PRINCIPAL: West Fork Construction, LLC BY: S�natul(e Name and Title Address: West Fork Construction, LLC 2421 W. 7th Street, Suite 350 Fort Worth, TX 76107 SURETY: SureTec Insurance Company BY: Signs e Ginger Hoke, Attorney -in -Fact Name and Title Address: SureTec Insurance Company_ 5601 Granite Parkway, Suite 600 Plano, TX 75024 Telephone Number: 469-872-8031 *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 Recovery Resource Council STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN# 105927 Revised January 31, 2012 POA# 4221328 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris, Texas and Markel Insurance Company (the "Company'), a corporation duly organized and existing under the laws of the state of Illinois, and having its principal administrative office in Glen Allen, Virginia, does by these presents make, constitute and appoint: D. Gregory Stiffs, Mark R. DeWitt, Ginger Hoke, Keeton Welch, Taylor Fogle Their true and lawful agent(s) and attorneys) -in -fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on their own behalf, individually as a surety or jointly, as co -sureties, and as their act and deed any and all bonds and other undertaking in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Twenty Five Million and 00/100 Dollars ($25,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED, That the President, any Senior Vice President, Vice President, Assistant Vice President, Secretary, Assistant Secretary, Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, of the company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behalf of, and acknowledge as the act and deed of the SureTec Insurance Company and Markel Insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on the 6th day of August , 2024 . SureTec Insurance Company BYM4�41 Michael C. Keimig, President State of Texas County of Harris: JtANCF�'% �. 3 aPvoiigT o •2�n •: 4 company President On this 6th day of August , 2024 A. D., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES, to me personally known to be the individuals and officers described in, who executed the preceding instrument, and they acknowledged the execution of same, and being by me duly sworn, disposed and said that they are the officers of the said companies aforesaid, and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies, and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written. JULIE E. MCCLAAY Notary Public State of Texas BY: - Commission # 12947680-5 '•;;+' J ie E. McClary, Notary Public � Commission Bvires Match 29, 2026 I KAY commission expires 3/29/2026 L; We, the undersigned Officers of SureTec Insurance Company and Markel Insurance Company do herby certify that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the 21st day of February 2025 ur sura Company B M. Brent Beaty, A f istant Secretary Markel Insurance Company- ` By: / /AndRw MA ---is- Asnt Se r tary Any Instrument Issued in excess of the penalty stated above is totally void and without any validity. 4221328 For verification of the authority of this Power you may call (713)812-0800 on any business day between 8:30 AM and 5:00 PM CST. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Limitation on Bond Penalty Increase Notwithstanding any provision in the bonds or subcontract to the contrary, the penal sum of this Bond shall automatically be adjusted to reflect the additive or deductive amounts of all change orders issued to the Subcontract Purchase Order; provided, however, that Obligee shall notify Surety if an individual change order increases the Subcontract Purchase Order Price by more than 15%, and, if at any point the aggregate amount of all change orders increases the Subcontract Purchase Order Price by more than 35% of the Subcontract Purchase Order Price, the Surety's consent shall be required to increase the penal sum of this Bond, such consent not to be unreasonably withheld. The failure to provide the required notice shall not release Surety from its obligations to the extent of the bond penalty in force prior the change that required such notice. Texas Rider 010106 SureTec Insurance Company IMPORTANT NOTICE Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9500 Arboretum Blvd., Suite 400 Austin, TX 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at: PO Box 149104 Austin, TX 78714- 9104 Fax#:512-490-1007 Web: httiD://www.tdi.state.tx.us Email: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. SIC TX Rider TDI Required Notices rev 07_2022 Page 1 of 1 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............ 6.01 Related Work at Site ............ 26 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 of Defective Work......................29 11.01 Notice of Defects........................................................................................................................ 29 11.02 Access to Work...........................................................................................................................29 11.03 Tests and Inspections.................................................................................................................. 29 11.04 Uncovering Work.......................................................................................................................30 11.05 City May Stop the Work.............................................................................................................30 11.06 Correction or Removal of Defective Work................................................................................30 11.07 Correction Period........................................................................................................................30 11.08 City May Correct Defective Work............................................................................................. 31 Article12 - Completion.................................................................................................................................. 32 12.01 Contractor's Warranty of Title................................................................................................... 32 12.02 Partial Utilization........................................................................................................................ 32 12.03 Final Inspection...........................................................................................................................32 12.04 Final Acceptance.........................................................................................................................33 Article 13 - Suspension of Work....................................................................................................................33 13.01 City May Suspend Work............................................................................................................ 33 Article14 - Miscellaneous.............................................................................................................................. 34 14.01 Giving Notice.............................................................................................................................. 34 CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times................................................................................................................ 34 14.03 Cumulative Remedies................................................................................................................. 34 14.04 Survival of Obligations...............................................................................................................35 14.05 Headings......................................................................................................................................35 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) --A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract —The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents —Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions M. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. 11. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer — An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements —A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non -Participating Change Order —A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order —A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans — See definition of Drawings. 24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 25. Project —The Work to be performed under the Contract Documents. 26. Project Representative —The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a.m. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non -Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p. m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.023 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non -Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4 — BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page I 1 of 35 1) ,$1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: NONE Write the name of the railroad company. (If none, then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: NONE Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence:: NONE Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑ Required for this Contract. (Check this box if there is any City Participation) ® Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. ® 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 llth 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 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 — CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. 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 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 other parry. 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 parry. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 1100 SUMMARY OF WORK 011100-1 DAP SUMMARY OF WORK Paget 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 Recovery Resource Council CPN# 105927 011100-2 DAP SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN# 105927 Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 12 13 13eI 1XII OM 0110 0 M e I Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN# 105927 Revised December 20, 2012 013119-1 DAP PRECONSTRUCTION MEETING SECTION 01 31 19 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised August 30, 2013 01 31 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 Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised August 30, 2013 0131 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised August 30, 2013 013233-1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. 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 Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN # 105927 Revised August 30, 2013 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN # 105927 Revised August 30, 2013 SECTION 0133 00 DAP SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 DAP SUBMITTALS Pagel of 8 General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 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 Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 1/2 inches x 11 inches to 8 1/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised August 30, 2013 013300-3 DAP SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised August 30, 2013 01 33 00 - 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 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 Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 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 Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 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 may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 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 Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised August 30, 2013 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another form of distribution approved by the City. CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised March 20, 2020 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 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 Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised March 20, 2020 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised JULY 1, 2011 015000-2 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. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 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 Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised JULY 1, 2011 015526-1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised July 1, 2011 01 55 26 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] I Biel 1Z17 W1016111 C130 CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised July 1, 2011 01 55 26 - 3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised July 1, 2011 015713-1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised July 1, 2011 01 57 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 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 0133 00, except as stated herein. 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 Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 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 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City's website at: httvs://apes.fortworthtexas.gov/ProiectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. C. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. D. See Section 0133 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised March 20, 2020 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magafia Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised March 20, 2020 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised April 7, 2014 016600-2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 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 Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 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 Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised April 7, 2014 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART1- 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 Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised April 7, 2014 017000-2 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 ""Miurol WRel 17 7\`/U I web 8 9:1I118J 11 Diu :1 V 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 Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised April 7, 2014 017000-3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 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. 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 Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised April 7, 2014 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 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 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised April 7, 2014 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 1.2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 017123-1 CONSTRUCTION STAKING AND SURVEY Pagel of 8 SECTION 017123 CONSTRUCTION STAKING AND SURVEY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. See Changes (Highlighted in Yellow). C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As -Built Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised February 14, 2018 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 �I%=45101y01;7Die Lei *1 2 A. Definitions 3 1. Construction Survey - The survey measurements made prior to or while 4 construction is in progress to control elevation, horizontal position, dimensions and 5 configuration of structures/improvements included in the Project Drawings. 6 2. As -built Survey —The measurements made after the construction of the 7 improvement features are complete to provide position coordinates for the features 8 of a project. 9 3. Construction Staking — The placement of stakes and markings to provide offsets 10 and elevations to cut and fill in order to locate on the ground the designed 11 structures/improvements included in the Project Drawings. Construction staking 12 shall include staking easements and/or right of way if indicated on the plans. 13 4. Survey "Field Checks" — Measurements made after construction staking is 14 completed and before construction work begins to ensure that structures marked on 15 the ground are accurately located per Project Drawings. 16 B. Technical References 17 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw 18 website) — 01 71 23.16.01— Attachment A —Survey Staking Standards 19 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available 20 on City's Buzzsaw website). 21 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 22 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 23 Surveying in the State of Texas, Category 5 24 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. The Contractor's selection of a surveyor must comply with Texas Government 27 Code 2254 (qualifications based selection) for this project. 28 1.5 SUBMITTALS 29 A. Submittals, if required, shall be in accordance with Section 0133 00. 30 B. All submittals shall be received and reviewed by the City prior to delivery of work. 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Field Quality Control Submittals 33 1. Documentation verifying accuracy of field engineering work, including coordinate 34 conversions if plans do not indicate grid or ground coordinates. 35 2. Submit "Cut -Sheets" conforming to the standard template provided by the City 36 (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). 37 38 1.7 CLOSEOUT SUBMITTALS 39 B. As -built Redline Drawing Submittal CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised February 14, 2018 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 2 constructed improvements signed and sealed by Registered Professional Land 3 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A 4 — Survey Staking Standards) . 5 2. Contractor shall submit the proposed as -built and completed redline drawing 6 submittal one (1) week prior to scheduling the project final inspection for City 7 review and comment. Revisions, if necessary, shall be made to the as -built redline 8 drawings and resubmitted to the City prior to scheduling the construction final 9 inspection. 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. Construction Staking 13 1. Construction staking will be performed by the Contractor. 14 2. Coordination 15 a. Contact City and Developer's Project Representative at least one week in 16 advance notifying the City of when Construction Staking is scheduled. 17 b. It is the Contractor's responsibility to coordinate staking such that 18 construction activities are not delayed or negatively impacted. 19 3. General 20 a. Contractor is responsible for preserving and maintaining stakes. If City 21 surveyors or Developer's Project Representative are required to re -stake for 22 any reason, the Contractor will be responsible for costs to perform staking. If 23 in the opinion of the City, a sufficient number of stakes or markings have been 24 lost, destroyed disturbed or omitted that the contracted Work cannot take place 25 then the Contractor will be required to stake or re -stake the deficient areas. 26 B. Construction Survey 27 1. Construction Survey will be performed by the Contractor. 28 2. Coordination 29 a. Contractor to verify that horizontal and vertical control data established in the 30 design survey and required for construction survey is available and in place. 31 3. General 32 a. Construction survey will be performed in order to construct the work shown 33 on the Construction Drawings and specified in the Contract Documents. 34 b. For construction methods other than open cut, the Contractor shall perform 35 construction survey and verify control data including, but not limited to, the 36 following: 37 1) Verification that established benchmarks and control are accurate. 38 2) Use of Benchmarks to furnish and maintain all reference lines and grades 39 for tunneling. 40 3) Use of line and grades to establish the location of the pipe. 41 4) Submit to the City copies of field notes used to establish all lines and 42 grades, if requested, and allow the City to check guidance system setup prior 43 to beginning each tunneling drive. 44 5) Provide access for the City, if requested, to verify the guidance system and 45 the line and grade of the carrier pipe. CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised February 14, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 25O linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 25O linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised February 14, 2018 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 1 d) Fire hydrants 2 e) Valves (gate, butterfly, etc.) 3 f) Air Release valves (Manhole rim and vent pipe) 4 g) Blow off valves (Manhole rim and valve lid) 5 h) Pressure plane valves 6 i) Underground Vaults 7 (1) Rim and flowline elevations and coordinates for each 8 Underground Vault. 9 3) Sanitary Sewer 10 a) Cleanouts 11 (1) Rim and flowline elevations and coordinates for each 12 b) Manholes and Junction Structures 13 (1) Rim and flowline elevations and coordinates for each 14 manhole and junction structure. 15 4) Stormwater — Not Applicable 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY 19 PART 2 - PRODUCTS 20 A. A construction survey will produce, but will not be limited to: 21 1. Recovery of relevant control points, points of curvature and points of intersection. 22 2. Establish temporary horizontal and vertical control elevations (benchmarks) 23 sufficiently permanent and located in a manner to be used throughout construction. 24 3. The location of planned facilities, easements and improvements. 25 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 26 areas, utilities, streets, highways, tunnels, and other construction. 27 b. A record of revisions or corrections noted in an orderly manner for reference. 28 c. A drawing, when required by the client, indicating the horizontal and vertical 29 location of facilities, easements and improvements, as built. 30 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 31 construction staking projects. These cut sheets shall be on the standard city template 32 which can be obtained from the Survey Superintendent (817-392-7925). 33 5. Digital survey files in the following formats shall be acceptable: 34 a. AutoCAD (.dwg) 35 b. ESRI Shapefile (.shp) 36 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 37 standard templates, if available) 38 6. Survey files shall include vertical and horizontal data tied to original project 39 control and benchmarks, and shall include feature descriptions 40 PART 3 - EXECUTION 41 3.1 INSTALLERS CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised February 14, 2018 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 1 A. Tolerances: 2 1. The staked location of any improvement or facility should be as accurate as 3 practical and necessary. The degree of precision required is dependent on many 4 factors all of which must remain judgmental. The tolerances listed hereafter are 5 based on generalities and, under certain circumstances, shall yield to specific 6 requirements. The surveyor shall assess any situation by review of the overall plans 7 and through consultation with responsible parties as to the need for specific 8 tolerances. 9 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 10 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 11 1.0 ft. tolerance. 12 b. Horizontal alignment on a structure shall be within .0.lft tolerance. 13 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 14 walkways shall be located within the confines of the site boundaries and, 15 occasionally, along a boundary or any other restrictive line. Away from any 16 restrictive line, these facilities should be staked with an accuracy producing no 17 more than 0.05ft. tolerance from their specified locations. 18 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 19 electric lines, shall be located horizontally within their prescribed areas or 20 easements. Within assigned areas, these utilities should be staked with an 21 accuracy producing no more than 0.1 ft tolerance from a specified location. 22 e. The accuracy required for the vertical location of utilities varies widely. Many 23 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 24 should be maintained. Underground and overhead utilities on planned profile, 25 but not depending on gravity flow for performance, should not exceed 0.1 ft. 26 tolerance. 27 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 28 specifications or in compliance to standards. The City reserves the right to request a 29 calibration report at any time and recommends regular maintenance schedule be 30 performed by a certified technician every 6 months. 31 1. Field measurements of angles and distances shall be done in such fashion as to 32 satisfy the closures and tolerances expressed in Part 3.1.A. 33 2. Vertical locations shall be established from a pre -established benchmark and 34 checked by closing to a different bench mark on the same datum. 35 3. Construction survey field work shall correspond to the client's plans. Irregularities 36 or conflicts found shall be reported promptly to the City. 37 4. Revisions, corrections and other pertinent data shall be logged for future reference. 38 39 3.2 EXAMINATION [NOT USED] 40 3.3 PREPARATION [NOT USED] 41 3.4 APPLICATION 42 3.5 REPAIR / RESTORATION 43 A. If the Contractor's work damages or destroys one or more of the control 44 monuments/points set by the City or Developer's Project Representative, the monuments 45 shall be adequately referenced for expedient restoration. CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised February 14, 2018 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1 1. Notify City or Developer's Project Representative if any control data needs to be 2 restored or replaced due to damage caused during construction operations. 3 a. Contractor shall perform replacements and/or restorations. 4 b. The City or Developer's Project Representative may require at any time a 5 survey "Field Check" of any monument or benchmarks that are set be verified 6 by the City surveyors or Developer's Project Representative before further 7 associated work can move forward. 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD [OR] SITE QUALITY CONTROL 10 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 11 City or Developer's Project Representative in accordance with this Specification. This 12 includes easements and right of way, if noted on the plans. 13 B. Do not change or relocate stakes or control data without approval from the City. 14 3.8 SYSTEM STARTUP 15 A. Survey Checks 16 1. The City reserves the right to perform a Survey Check at any time deemed 17 necessary. 18 2. Checks by City personnel or 3' party contracted surveyor are not intended to 19 relieve the contractor of his/her responsibility for accuracy. 20 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction 2/14/2018 M Owen Staking and As -Built Survey; added reference to selection compliance with TGC 2254; revised action and Closeout submittal requirements; added acceptable depth CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised February 14, 2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised February 14, 2018 SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 017423-1 DAP CLEANING Page 1 of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised April 7, 2014 01 74 23 - 3 DAP CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised April 7, 2014 01 74 23 - 4 DAP CLEANING Page 4 of 4 INO1ZI] OM I140 Y [00 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised April 7, 2014 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY 017719-1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 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 Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised April 7, 2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised April 7, 2014 017719-3 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] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised April 7, 2014 017823-1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 '/2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 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 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 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 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 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 Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE NAME 8/31/2012 D. Johnson 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE 1.5.A.1 — title of section removed Revised for DAP Application CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised April 7, 2014 017839-1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised April 7, 2014 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 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. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 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] I0I0ZI]W,y0001[00 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH Recovery Resource Council STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised April 7, 2014 APPENDIX GEOTECHNICAL ENGINEERING STUDY HEALTH SERVICES FACILITY 2705-2717 ROUSE STREET FORT WORTH, TEXAS Presented To: Recovery Resource Council January 2024 PROJECT NO. 3155-23-01 C �I� I Engineering January 24, 2024 Report No. 3155-23-01 Recovery Resource Council 2700 Airport Freeway Fort Worth, Texas 76111 GEOTECHNICAL ENGINEERING STUDY HEALTH SERVICES FACILITY 2705-2717 ROUSE STREET FORT WORTH, TEXAS Dear Ms. Hatcher: Submitted here are the results of a geotechnical engineering study for the referenced project. This study was performed in general accordance with CMJ Proposal 23-9367 (Revised) dated November 21, 2023. The geotechnical services were authorized by Mr. Eric R. Niedermayer on November 27, 2023. Engineering analyses and recommendations are contained in the text section of the report. Results of our field and laboratory services are included in the appendix of the report. We would appreciate the opportunity to be considered for providing the materials engineering and geotechnical observation services during the construction phase of this project. We appreciate the opportunity to be of service if we may be of further service at this time. Respectfully submitted, CMJ ENGINEERING, INC. TEXAS FIRM REGISTRATION NO. F-9177 ,�—/ - ell_�- �6w Ammon D. Lutz, E.I.T., G.I.T. Geotechnical Project Manager Texas Nos. 77207, 468 Please contact us if you have any questions or 4 0FTE��91 E, i A17 W. GWiR* DIENER% ..............................� 127818 4Q- 00 I Matthew W. Kammerdiener, P.E. Senior Engineer Texas No. 127818 copies submitted: (2) Ms. Margie Hatcher; Recovery Resource Council (mail & email) CMJ Engineering 7636 Pebble Drive p: 817.284.9400 Fort Worth, TX 76118 f: 817.589.9993 www.cmjengr.com TABLE OF CONTENTS Paqe 1.0 INTRODUCTION------------------------------------------------------------------------------------------------------- 1 2.0 FIELD EXPLORATION AND LABORATORY TESTING ------------------------------------------------------ 2 3.0 SUBSURFACE CONDITIONS-------------------------------------------------------------------------------------- 4 4.0 EXISTING FILLS------------------------------------------------------------------------------------------------------- 6 5.0 FOUNDATION RECOMMENDATIONS--------------------------------------------------------------------------- 6 6.0 FLOOR SLABS AND EXTERIOR FLATWORK ---------------------------------------------------------------- 12 7.0 EXPANSIVE SOIL CONSIDERATIONS ------------------------------------------------------------------------- 15 8.0 SEISMIC CONSIDERATIONS ------------------------------------------------------------------------------------- 17 9.0 EARTHWORK ---------------------------------------------------------------------------------------------------------- 17 10.0 PAVEMENTS ----------------------------------------------------------------------------------------------------------- 21 11.0 CONSTRUCTION OBSERVATIONS----------------------------------------------------------------------------- 25 12.0 REPORT CLOSURE-------------------------------------------------------------------------------------------------26 APPENDIX A Plate Planof Borings --------------------------------------------------------------------------------------------------------------- A. 1 Unified Soil Classification -------------------------------------------------------------------------------------------------- A.2 Key to Classification and Symbols--------------------------------------------------------------------------------------A.3 Logsof Borings------------------------------------------------------------------------------------------------------ A.4 — A.7 Particle Size Distribution Report ----------------------------------------------------------------------------------------- A.8 FreeSwell Test Results ---------------------------------------------------------------------------------------------------- A.9 1.0 INTRODUCTION 1.1 Project Description The project site is located at 2705, 2709, 2713, and 2717 Rouse Street in Fort Worth, Texas. The project, as currently planned, consists of a 9,500 square -foot single -story health services facility. The existing building on site will be demolished. Structural loads are anticipated to be relatively light and no below grade areas are planned. Parking areas and drives are also planned. Plate A.1, Plan of Borings, presents the project vicinity and approximate locations of the exploration borings. 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, and develop recommendations for the type or types of foundations suitable for the project. To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses, using the field and laboratory data to develop geotechnical recommendations for the proposed construction. The design is currently in progress and the locations and/or elevations of the structure could change. Once the final design is near completion (80-percent to 90-percent stage), it is recommended that CMJ Engineering, Inc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended. 1.3 Report Format The text of the report is contained in Sections 1 through 12. All plates and large tables are contained in Appendix A. The alpha -numeric plate and table numbers identify the appendix in which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur. Report No. 3155-23-01 1 CMJ ENGINEERING, INC. Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project site were explored by four (4) vertical soil borings. Borings B-1 and B-2 are associated with the proposed structure and were drilled to a depth of 30 feet. Borings B-3 and B-4 were drilled to a depth of 5 feet in association with area paving. The borings were drilled using continuous flight augers at the approximate locations shown on the Plan of Borings, Plate A.1. The boring logs are included on Plates AA through A.7 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin -walled (Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler consists of a thin -walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Disturbed samples of the noncohesive granular or stiff to hard cohesive materials were obtained utilizing a nominal 2-inch O.D. split -barrel (split -spoon) sampler in conjunction with the Standard Penetration Test (ASTM D1586). This test employs a 140-pound hammer that drops a free fall vertical distance of 30 inches, driving the split -spoon sampler into the material. The number of blows required for 18 inches of penetration is recorded and the value for the last 12 inches, or the penetration obtained from 50 blows, is reported as the Standard Penetration Value (N) at the appropriate depth on the logs of borings. Report No. 3155-23-01 CMJ ENGINEERING, INC. To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (TxDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respective test depths, as blows per 6 inches on the log. In hard materials (rock or rock -like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring log. 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the borings. In addition to the classification tests (liquid limit, plastic limits, and gradation), moisture content, unit weight, and unconfined compressive strength tests were performed. Results of the laboratory classification tests, moisture content, unit weight, and unconfined compressive strength tests conducted for this project are included on the boring logs. Grain size analysis (gradation) results are provided on Plate A.B. Swell tests were performed on specimens from selected samples of the clays. These tests were performed to help in evaluating the swell potential of soils in the area of the proposed structure. The results of the swell tests are presented on Plate A.9. The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. Report No. 3155-23-01 CMJ ENGINEERING, INC. 9 3.0SUBSURFACE CONDITIONS 3.1 Soil Conditions Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings are discussed below. Note that depths on the borings refer to the depth from the existing grade or ground surface present at the time of the investigation, and the boundaries between the various soil types are approximate. Soils encountered consist of dark brown, brown, reddish brown, light brown, olive brown, and gray clays, sandy clays, silty clays, silty sandy clays, clayey sands, silty sands, and sands. The various clayey soils typically contain iron seams, iron stains, ironstone nodules, calcareous nodules, pebbles, and occasional gravel. The surficial sandy clays and clayey sands are noted as fill in Boring B-1 to a depth of 2 feet. The clayey sands in Boring B-2 are considered medium dense with a Standard Penetration (N) test value of 20 hammer blows for 1 foot of penetration. The sands in Boring B-1 are considered very dense with a Standard Penetration (N) test value of 3 inches of penetration for 50 hammer blows. The various soils encountered in the borings had tested Liquid Limits (LL) of 21 to 51 with Plasticity Indices (PI) of 3 to 36 and are classified as SM, SC, CL, and CH by the USCS. The clayey soils varied from stiff to hard (soil basis) in consistency with pocket penetrometer readings of 1.5 to over 4.5 tsf. Tested unit weights ranged from 102 to 121 pcf and tested unconfined compressive strengths were 600 to 2,940 psf. Select lower pocket penetrometer readings and strength tests reflect more granular materials, indicating higher in -situ strength than the tested value. Tan fractured limestone is next encountered in Boring B-2 at a depth of 18 feet. The tan limestone is moderately hard to hard (rock basis) with a Texas Cone Penetrometer (THD) test value of 2 inches of penetration for 100 hammer blows. Gray limestone containing shale seams is next present in Borings B-1 and B-2 at depths of 20 to 23 feet and continues through boring termination at depths of 25 to 30 feet. The gray limestone is hard to very hard (rock basis) with Texas Cone Penetrometer (THD) test values of to 1% inches of penetration for 100 hammer blows. Report No. 3155-23-01 4 CMJ ENGINEERING, INC. The Atterberg Limits tests indicate the various clays encountered at this site vary from generally stable to highly active with respect to moisture induced volume changes. Active clays can experience volume changes (expansion or contraction) with fluctuations in their moisture content. 3.2 Groundwater Observations The borings were drilled using continuous flight augers in order to observe groundwater seepage during drilling. Groundwater seepage was encountered during drilling in Borings B-1 and B-2 at a depth of 17 feet below existing grade. Water levels of 19 to 27 feet were measured at drilling completion and several hours after drilling completion in these borings. Borings B-3 and B-4 were dry during drilling and at completion. Table 3.2-1 summarizes the water level data as encountered in the borings. TABLE 3.2-1 Groundwater Observations Boring Seepage During Water at No. Drilling (ft.) Completion (ft.) B-1 17 27 B-2 17 23 B-3 Dry Dry B-4 Dry Dry Water at End of Day (ft.) 20 19 While it is not possible to accurately predict the magnitude of subsurface water fluctuation that might occur based upon these short-term observations, it should be recognized that groundwater conditions will vary with fluctuations in rainfall. Seepage levels near the observed levels should be anticipated throughout the year. Fluctuations of the groundwater level can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were performed. During wet periods of the year seepage can occur in the more granular soils, in joints in the clays, or atop the gray limestones. The possibility of groundwater level fluctuations should be considered when developing the design and construction plans for the project. Report No. 3155-23-01 5 CMJ ENGINEERING, INC. 4.0 EXISTING FILLS Existing fills were encountered to a depth of 2 feet in Boring B-1. Samples of the fills were reasonably dense and free of significant voids. However, in the absence of documented density control, the possibility of undercompacted zones or voids exists. Complete removal and replacement of all the fill is the only method eliminating the risk of unusual settlement where historical documentation of proper fill placement cannot be obtained. Methods less extreme than complete removal are discussed in the Floor Slabs and Exterior Flatwork and Pavement sections of this report. These methods are intended to represent a reasonable approach for construction of on -grade elements; however, they will not eliminate the risk of unexpected movements in some areas. 5.0 FOUNDATION RECOMMENDATIONS 5.1 General Foundation Considerations Two independent design criteria must be satisfied in the selection of the type of foundation to support the proposed structure. First, the ultimate bearing capacity, reduced by a sufficient factor of safety, must not be exceeded by the bearing pressure transferred to the foundation soils. Second, due to consolidation or expansion of the underlying soils during the operating life of the structure, total and differential vertical movements must be within tolerable limits. The foundations for the proposed structure are discussed below. The moisture induced volume changes associated with the slightly to highly active clays present at this site indicate that shallow or near surface footings could be subject to differential movements of a potentially detrimental magnitude. The most positive foundation system for the proposed structure would be situated below the fills and below the zone of most significant seasonal moisture variations. A deep foundation system transferring column loads to a suitable bearing stratum is considered the most positive foundation system. Straight drilled reinforced concrete shafts penetrating the gray limestone offer a positive foundation system and are recommended. Report No. 3155-23-01 .1 CMJ ENGINEERING, INC. If differential movements can be tolerated, consideration can be given to the use of a monolithic slab -on -grade system. The key to success of slab -on -grade construction is proper design/construction and providing the most optimum conditions for reduced slab movements. Providing excellent drainage away from the structure, preventing ponding of water aside the slab, preventing excess drying of soils, and using relatively impermeable soil backfill to prevent water intrusion into utility line backfill will enhance slab performance. Recommendations for these foundation systems are presented below. 5.2 Straight Shaft Design Parameters 5.2.1 Design Criteria Recommendations and parameters for the design of cast -in -place straight -shaft drilled piers are outlined below. Specific recommendations for the construction and installation of the drilled piers are included in the following section, and shall be followed during construction. Bearing Stratum Gray LIMESTONE with shale seams Depth of Bearing Stratum: Approximately 20 to 23 feet below existina grades Required Penetration/Depth: All piers should penetrate into the bearing stratum a minimum of 2 feet. Allowable End Bearing Capacity: 35,000 psf Allowable Skin Friction: Applicable below a minimum penetration of 2 feet into bearing stratum and below any temporary casing; 6,000 psf for compressive loads and 4,000 psf for tensile loads. The above values contain a safety factor of three (3). A minimum shaft diameter of 18 inches is recommended. Drilled shafts should extend through any weathered zones and bear only in competent gray limestone with shale seams. It should be anticipated that groundwater seepage and possibly caving soils will be encountered during installation of all the straight shafts. Temporary casing will be required for proper installation of the shafts. Report No. 3155-23-01 7 CMJ ENGINEERING, INC. In order to develop full load carrying capacity in skin friction, adjacent shafts should have a minimum center -to -center spacing of 2.5 times the diameter of the larger shaft. Closer spacing may require some reductions in skin friction and/or changes in installation sequences. Closely spaced shafts should be examined on a case -by -case basis. As a general guide, the design skin friction will vary linearly from the full value at a spacing of 2.5 diameters to 50 percent of the design value at 1 diameter. Settlements for properly installed and constructed straight shafts in the gray limestone with shale seams will be primarily elastic and are estimated to be one inch or less. 5.2.2 Soil Induced Uplift Loads The drilled shafts could experience tensile loads as a result of post -construction heave in the site soils. The magnitude of these loads varies with the shaft diameter, soil parameters, and particularly the in -situ moisture levels at the time of construction. In order to aid in the structural design of the reinforcement, the reinforcement quantity should be adequate to resist tensile forces based on soil adhesion equal to 1,800 psf acting over the upper 10 feet of the pier shaft. This load must be resisted by the dead load on the shaft, continuous vertical reinforcing steel in the shaft, and a shaft adhesion developed within the bearing strata as previously discussed. In order to aid in the structural design of the reinforcement, minimum reinforcing should be equal to 0.5 percent of the shaft area. 5.2.3 Drilled Shaft Construction Considerations Drilled pier construction should be monitored by a representative of the geotechnical engineer to observe, among other things, the following items: • Identification of bearing material • Adequate penetration of the shaft excavation into the bearing layer • The base and sides of the shaft excavation are clean of loose cuttings • If seepage is encountered, whether it is of sufficient amount to require the use of temporary steel casing. If casing is needed it is important that the field representative observe that a high head of plastic concrete is maintained within the casing at all times during their extraction to prevent the inflow of water Report No. 3155-23-01 CMJ ENGINEERING, INC. Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose, excavated soil from falling into the excavation. Concrete should be placed as soon as practical after completion of the drilling, cleaning, and observation. Excavation for a drilled pier should be filled with concrete before the end of the workday, or sooner if required to prevent deterioration of the bearing material. Prolonged exposure or inundation of the bearing surface with water will result in changes in strength and compressibility characteristics. If delays occur, the drilled pier excavation should be deepened as necessary and cleaned, in order to provide a fresh bearing surface. Excavations for the shafts should be maintained in the dry. It should be anticipated that groundwater seepage and possibly caving soils will be encountered during installation of the straight shafts and that seepage rates and/or caving will be sufficient to require the use of temporary casing for installation of all straight shafts. The casing should be seated below the zone of seepage with all water and most loose material removed prior to beginning the design penetration. Care must then be taken that a sufficient head of plastic concrete is maintained within the casing during extraction. The concrete should have a slump of 6 inches plus or minus 1 inch. The concrete should be placed in a manner to prevent the concrete from striking the reinforcing cage or the sides of the excavation. Concrete should be tremied to the bottom of the excavation to control the maximum free fall of the plastic concrete to less than 10 feet, or focus concrete in the middle of the reinforcing cage to prevent segregation. A drilling rig of sufficient size and weight will be necessary for drilling and/or coring through the hard layers to reach the desired bearing stratum and achieve the required penetration. It should be anticipated that hard to very hard zones can be present in the tan and gray limestones. The hard to very hard layers can complicate pier drilling operations. In addition to the above guidelines, the specifications from the Association of Drilled Shaft Contractors Inc. "Standards and Specifications for the Foundation Drilling Industry" as Revised 1999 or other recognized specifications for proper installation of drilled shaft foundation systems should be followed. Report No. 3155-23-01 CMJ ENGINEERING, INC. 5.2.4 Grade Beams All grade beams should be supported by the drilled shafts. A minimum 6-inch void space should be provided beneath all grade beams to prevent contact with the swelling clay soils. This void will serve to minimize distress resulting from swell pressures generated by the clays. Grade beams may be cast on cardboard carton forms or formed above grade. If cardboard carton forms are used, care should be taken to not crush the carton forms, or allow the carton forms to become wet prior to or during concrete placement operations. A soil retainer should be provided to help prevent in -filling of this void. Backfill against the exterior face of grade beams or panels should be properly compacted on -site clays. Compaction should be a minimum of 93 percent of ASTM D698, at a minimum of 2 percentage points above the optimum moisture content determined by that test. This clay fill is intended to reduce surface water infiltration beneath the structure. 5.3 Stiffened, Monolithic Slab -on -Grade Alternative 5.3.1 Design Parameters A stiffened, monolithically placed slab -on -grade foundation, either rebar or post -tensioned, used at this site must be designed with exterior and interior grade beams to provide sufficient rigidity to tolerate the differential soil movements. These differential movements typically will occur between the periphery and interior of the slab -on -grade system. Foundation movements are anticipated to occur primarily due to post -construction heave of the underlying soils but also can occur due to shrinkage of the clays around the perimeter of the slab. It is recommended that all fill soils be properly placed and compacted in accordance with this report section and Section 9.0 prior to foundation installation. Reductions in anticipated movements can be achieved by using methods developed in this area to reduce on -grade slab movements. A more commonly used method consists of placing a non - expansive select fill beneath the slab and moisture conditioning the soils. This process is itemized in Section 6.3. A horizontal moisture barrier from the foundation out for a distance of 5 feet also will greatly restrict moisture migration and differential moisture change below the slab. The use of these methods will not eliminate the risk of unacceptable movements. Report No. 3155-23-01 10 CMJ ENGINEERING, INC. Slab -on -grade construction only should be considered if slab movement can be tolerated. The owner must fully understand that if the floor slab is placed on -grade, some movement and resultant cracking within the floor and interior wall partitions may occur. This upward slab movement and cracking usually is difficult and costly to repair and may require continued maintenance expense. Site grading using on -site or similar clay soils will affect the design parameters. For example, fills using onsite or imported clays will increase the total clay thickness thereby increasing the potential vertical rise. These recommendations should be reviewed once a grading plan is finalized. The foundation should be designed by a structural engineer familiar with stiffened slabs -on -grade subject to differential movement. Design parameters are presented below for PVR and differential swell using the Post -Tensioning Institute's (PTI) slab -on -grade design method, 31 Edition for slabs placed at existing grade. A fabric factor of 1.0 is assumed. Design PVR: 1 inch') Edge Moisture Variation Approximate Center Lift (Edge Drop): 9.0 feet Approximate Edge Lift: 4.8 feet Differential Swell Approximate Center Lift (Edge Drop): 0.9 inch') Approximate Edge Lift: 1.1 inches(') (1) Note: Parameters valid only after 10 feet of moisture conditioning with the installation of a 1-foot select fill cap, per Section 6.3 below. Beams may be designed based on an allowable soil bearing pressure of 1,800 pounds per square foot or less within the shallow soils. The beams should extend at least 12 inches into compacted and tested fill. The beam depth is given in regard to bearing capacity and is not intended to be a structural recommendation. Report No. 3155-23-01 11 CMJ ENGINEERING, INC. It should be recognized that a post -tensioned or conventionally reinforced slab -on -grade foundation system placed at this site will be subject to differential movements as indicated above. If slab stiffness is not sufficient to resist the ground movements, these movements can cause cracking of interior sheet rock walls and exterior brick walls. Poor drainage, water leaks, free water sources, long-term percolation in recessed planter areas and/or trees can result in greater differential movements. For example, should leaks develop in underground water or sewer lines or the grades around the structure are changed and cause ponding of water, unacceptable slab movements could develop. A greater risk of unsatisfactory foundation performance exists with a slab -on -grade design than for a drilled shaft foundation design. The key to the success of this foundation is proper design/construction, and providing control of the below -slab water. Providing excellent drainage away from the structure, preventing ponding water aside the slab, and using relatively impermeable backfill to prevent water intrusion via utility line backfill enhance the slab performance. A properly engineered and constructed vapor barrier should be provided beneath slabs -on -grade which will be carpeted or receive moisture sensitive coverings or adhesives. 6.0 FLOOR SLABS AND EXTERIOR FLATWORK 6.1 Potential Vertical Movements Lightly loaded floor slabs and exterior flatwork placed on -grade will be subject to movement as a result of moisture induced volume changes in the slightly to highly active clays. The clays expand (heave) with increases in moisture and contract (shrink) with decreases in moisture. The movement typically occurs as post construction heave. The potential magnitude of the moisture induced movements is rather indeterminate. It is influenced by the soil properties, overburden pressures, and, to a great extent, by soil moisture levels at the time of construction. The greatest potential for post -construction movement occurs when the soils are in a dry condition at the time of construction. Based on the conditions encountered in the borings, potential moisture induced movements are estimated to be on the order of 3 inches for soils in a dry condition where slabs are situated near existing grade. Soil movements, significantly larger than estimated, could occur due to inadequate site grading, poor drainage, ponding of rainfall, and/or leaking pipelines. Report No. 3155-23-01 CMJ ENGINEERING, INC. 12 6.2 Structurally Suspended Floor Slab The most positive method of preventing slab distress due to swelling soils is to structurally suspend the interior slab. Due to the expansion potential of the site clays we recommend that the suspended floor slab be constructed on carton forms with a minimum 8-inch void space or crawl space. Care should be taken to assure that void boxes are not allowed to become wet or crushed prior to or during concrete placement and finishing operations. Corrugated steel, placed on the top of the carton forms, could be used to reduce the risk of crushing of the carton forms during concrete placement and finishing operations. As a quality control measure during construction, "actual" concrete quantities placed should be checked against "anticipated" quantities. Significant concrete "overage" would be an early indication of a collapsed void. Where a crawl space is utilized, provisions should be made to provide drainage from under the building. Ventilation of the void below the floors should be provided if high humidity can cause problems with floor tile adhesives. Vehicle or pedestrian ramps leading up to the buildings should be structurally connected to the building grade beams to avoid abrupt differential movement between the building slab and the ramps. Transitioning details will be required at the points where ramps connect with paving and slab on grade elements. In addition, ramp slabs should be constructed so that slopes sufficient for effective drainage of surface water are still provided after potential differential movements. 6.3 Ground -Supported Floor Slabs and & Exterior Flatwork In conjunction with drilled shafts, interior slabs and/or exterior flatwork can be placed on a prepared subgrade. Ground -supported floor slab construction only should be considered if slab movement can be tolerated. The level of acceptable movement varies with the user, but methods are normally selected with the goal of limiting slab movements to about one inch or less. Reductions in anticipated movements can be achieved by using methods developed in this area to reduce on - grade slab movements. The more commonly used methods consist of placing non -expansive select fill beneath the slab and moisture conditioning the soils. The use of these methods will not eliminate the risk of unacceptable movements. Report No. 3155-23-01 13 CMJ ENGINEERING, INC. Readers should understand that a ground -supported floor slab can heave considerably if placed on dry, expansive clays. The installation of a minimum of 1 foot of non -expansive select fill over a minimum of 10 feet of moisture conditioned clays should reduce potential movements to on the order of 1 inch. Moisture conditioning can be achieved by mechanically reworking the clays as discussed below. This procedure also serves to rework the existing fills. Slabs not capable of tolerating this level of movement should be structurally suspended. These recommendations should be reviewed once a grading plan is finalized. Strong consideration should be given to extending the moisture conditioning process beyond the building line to include entrances, sidewalks, pavements, flatwork, porte-cocheres, or other areas sensitive to movement. Outside the building, a single lift of select fill (6 to 8 inches) is recommended to minimize drying during construction Soil treatments presented in this section are referenced as an alternative to the use of a structurally suspended slab. The owner must fully understand that if the slab and/or flatwork is placed on -grade, some movement and resultant cracking within the slab and/or flatwork may occur. This upward slab movement and cracking is usually difficult and costly to repair, and may require continued maintenance expense. These methods of treatment are presented as an option for the owner's consideration. The options may or may not be practical or economically feasible, depending on the expected performance of the proposed structure. The owner should be aware that this method will not prevent movement of soil -supported elements, and can only reduce the magnitude of the movement. A properly engineered and constructed vapor barrier should be provided beneath slabs -on -grade which will be carpeted or receive moisture sensitive coverings or adhesives. The following moisture conditioning alternative is presented: 6.3.1 Mechanical Reworking of Near -Surface Clays with 1' Select Fill Can In general, the procedure is performed as follows: 1. Remove all existing pavements, surface vegetation, trees and associated root mats, organic topsoil and any other deleterious material. 2. Excavate clays to a minimum of 10.5 feet below finished grade. Scarify the exposed subgrade at the base of the excavation to a depth of 8 inches, adjust the moisture, and compact at a Report No. 3155-23-01 CMJ ENGINEERING, INC. 14 minimum of 2 percentage points above optimum moisture to between 93 and 98 percent Standard Proctor density (ASTM D698). Over -compaction should not be allowed. More granular soils may need to be compacted closer to the soil's optimum moisture content at the discretion of the geotechnical engineer. 3. Fill pad to 1 foot below final grade using site excavated or similar clay soils. Compact in maximum 9-inch loose lifts at a minimum of 2 percentage points above optimum moisture to between 93 and 98 percent Standard Proctor density (ASTM D698). Field density tests should be taken as each lift of fill material is placed. Each lift should be compacted, tested, and documented prior to subsequent lift placement. Over -compaction should not be allowed. Again, more granular soils may need to be compacted closer to the soil's optimum moisture content at the discretion of the geotechnical engineer. 4. Complete pad fill using a minimum of 1 foot of sandy clay/clayey sand non -expansive select fill with a Liquid Limit less than 35 and a Plasticity Index (PI) between 5 and 16. The select fill should be compacted in maximum 9-inch loose lifts at minus 2 to plus 3 percentage points of the soil's optimum moisture content at a minimum of 95 percent Standard Proctor density (ASTM D698). The select fill should be placed within 48 hours of completing the installation of the moisture conditioned soils. The above earthwork operations should be continuously observed and tested by an experienced geotechnician working in conjunction with the project geotechnical engineer. 7.0 EXPANSIVE SOIL CONSIDERATIONS 7.1 Site Drainage An important feature of the project is to provide positive drainage away from the proposed structure. If water is permitted to stand next to or below the structure, excessive soil movements (heave) can occur. This could result in differential floor slab or foundation movement. A well -designed site drainage plan is of utmost importance and surface drainage should be provided during construction and maintained throughout the life of the structure. Consideration should be given to the design and location of gutter downspouts, planting areas, or other features which would produce moisture concentration adjacent to or beneath the structure or paving. Consideration should be given to the use of self-contained, watertight planters. Joints next to the structure should be sealed with a flexible joint sealer to prevent infiltration of surface water. Proper maintenance should include periodic inspection for open joints and cracks and resealing as necessary. Report No. 3155-23-01 15 CMJ ENGINEERING, INC. Rainwater collected by the gutter system should be transported by pipe to a storm drain or to a paved area. If downspouts discharge next to the structure onto flatwork or paved areas, the area should be watertight in order to eliminate infiltration next to the structure. 7.2 Additional Design Considerations The following information has been assimilated after examination of numerous projects constructed in active soils throughout the area. It is presented here for your convenience. If these features are incorporated in the overall design of the project, the performance of the structure should be improved. • Special consideration should be given to completion items outside the building areas, such as stairs, sidewalks, signs, etc. They should be adequately designed to sustain the potential vertical movements mentioned in the report. • Roof drainage should be collected by a system of gutters and downspouts and transmitted away from the structure where the water can drain away without entering the building subgrade. • Sidewalks should not be structurally connected to the building. They should be sloped away from the building so that water will drain away from the structure. • The paving and the general ground surface should be sloped away from the building on all sides so that water will always drain away from the structure. Water should not be allowed to pond near the building after a slab has been placed. • Trees and deep rooted shrubs should not be used as landscaping around the structure perimeter as the root systems can lead to desiccation of the subgrade soils. Any existing trees or trees to be planted should be at a minimum distance from the building such that the building will not fall within the drip line of the mature plants (usually one to one -and -one-half times the mature height of the tree). • Every attempt should be made to limit the extreme wetting or drying of the subsurface soils since swelling and shrinkage will result. Standard construction practices of providing good surface water drainage should be used. A positive slope of the ground away from foundations should be provided to carry off the run-off water both during and after construction. • Backfill for utility lines or along the perimeter beams should consist of on -site material so that they will be stable. If the backfill is too dense or too dry, swelling may form a mound along the ditch line. If the backfill is too loose or too wet, settlement may form a sink along the ditch line. Either case is undesirable since several inches of movement is possible and floor cracks are likely to result. The soils should be processed using the previously discussed compaction criteria. Report No. 3155-23-01 CMJ ENGINEERING, INC. • Utility line details and fixtures must consider the potential for differential movement beneath any piping. In conjunction with a structural slab, all underground utility lines should be isolated from expansive clays. A similar 8-inch void is recommended between the utility bottom and underlying clay soils. This prevents the utility lines from uplifting into the suspended slab. 8.0 SEISMIC CONSIDERATIONS Based on the conditions encountered in the borings for the above referenced project the IBC-2021 site classification is TYPE D for seismic evaluation. 9.0 EARTHWORK 9.1 Site Preparation and Material Requirements The proposed building areas should be stripped of vegetation, roots, old construction debris, and other organic material. It is estimated that the depth of stripping will be on the order of 4 to 6 inches. The actual stripping depth should be based on field observations with particular attention given to old drainage areas, uneven topography, and excessively wet soils. The stripped areas should be observed to determine if additional excavation is required to remove weak or otherwise objectionable materials that would adversely affect the fill placement or other construction activities. The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be excavated to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. The on -site soils are suitable for use in general site grading. Imported fill material should be clean soil with a Liquid Limit less than 50 and no rock greater than 4 inches in maximum dimension. The fill materials should be free of vegetation and debris. Report No. 3155-23-01 17 CMJ ENGINEERING, INC. It is noted that some of the near surface soils consisted of more granular clayey sands and silty sands. This type of material is difficult to compact, and can be difficult from a trafficability standpoint, particularly when wet. Also during periods of inclement weather these surface soils can become saturated and subject to pumping. This may require undercutting to a firm subgrade and blending them with more clayey soils or removing them entirely. 9.2 Placement and Compaction Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand -operated power compactors or small self-propelled compactors. The fill material should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. The fill material should be compacted to a density ranging from 95 to 100 percent of maximum dry density as determined by ASTM D698, Standard Proctor density. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. The moisture content for general earth fill should range from 2 percentage points below optimum to 5 percentage points above optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges. For some soils and under some conditions, the contractor may have to maintain a more narrow range of moisture content (within the recommended range) in order to consistently achieve the recommended density. Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. Report No. 3155-23-01 18 CMJ ENGINEERING, INC. Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. If fill is to be placed on existing slopes that are steeper than five horizontal to one vertical, then the fill materials should be benched into the existing slopes in such a manner as to provide good contact between the two materials and allow relatively horizontal lift placement. 9.3 Trench Backfill Trench backfill for pipelines or other utilities should be properly placed and compacted. Overly dense or dry backfill can swell and create a mound along the completed trench line. Loose or wet backfill can settle and form a depression along the completed trench line. Distress to overlying structures, pavements, etc. is likely if heaving or settlement occurs. On -site soil fill material is recommended for trench backfill. Care should be taken not to use free draining granular material, to prevent the backfilled trench from becoming a french drain and piping surface or subsurface water beneath structures, pipelines, or pavements. If a higher class bedding material is required for the pipelines, a lean concrete bedding will limit water intrusion into the trench and will not require compaction after placement. The soil backfill should be placed in approximately 4- to 6- inch loose lifts. The density and moisture content should be as recommended for fill in Section 9.2, Placement and Compaction, of this report. A minimum of one field density test should be taken per lift for each 150 linear feet of trench, with a minimum of 2 tests per lift. 9.4 Excavation The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss of end bearing or lateral support. Temporary construction slopes and/or permanent embankment slopes should be protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. Report No. 3155-23-01 19 CMJ ENGINEERING, INC. Trench safety recommendations are beyond the scope of this report. The contractor must comply with all applicable safety regulations concerning trench safety and excavations including, but not limited to, OSHA regulations. 9.5 Acceptance of Imported Fill Any soil imported from off -site sources should be tested for compliance with the recommendations for the particular application and approved by the project geotechnical engineer prior to the materials being used. The owner should also require the contractor to obtain a written, notarized certification from the landowner of each proposed off -site soil borrow source stating that to the best of the landowner's knowledge and belief there has never been contamination of the borrow source site with hazardous or toxic materials. The certification should be furnished to the owner prior to proceeding to furnish soils to the site. Soil materials derived from the excavation of underground petroleum storage tanks should not be used as fill on this project. 9.6 Soil Corrosion Potential Specific testing for soil corrosion potential was not included in the scope of this study. However, based upon past experience on other projects in the vicinity, the soils at this site may be corrosive. Standard construction practices for protecting metal pipe and similar facilities in contact with these soils should be used. 9.7 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. Report No. 3155-23-01 20 CMJ ENGINEERING, INC. 10.0 PAVEMENTS 10.1 Pavement Subgrade Preparation Pavement performance is impacted by many factors far beyond what is normally included in engineering design. Wherein pavement analyses should include establishing an appropriate thickness of asphalt concrete or Portland Cement concrete and appropriate subgrade remediation/stabilization, other factors such as location of trees adjacent to the existing paving and water conditions in grassed areas adjacent to curbing impact the performance of the pavement. The surficial soils in the borings reflect relatively low plasticity characteristics. Lime stabilization is not recommended because some of the surficial soils are more granular and lime will not react with some of them. The most conventional option is cement modification. The variable soils react with Portland cement, which serves to improve and maintain their support value. Treatment of these soils with cement will improve their subgrade characteristics to support area paving. In lieu of a cement stabilized subgrade, a flexible base meeting TxDOT Item 247, Type A, Grade 1/2 may be utilized on an equal basis, placed atop a properly compacted subgrade. The option of using a flexible base in lieu of cement stabilizing the subgrade presents a relatively quick, straight forward solution to preparing the materials prior to pavement placement. Alternatively, in lieu of a cement stabilized subgrade for pavement consisting of Portland cement concrete, the recommended pavement thicknesses presented in Section 10.2 may be increased by 1 inch and placed atop a properly compacted subgrade. Prior to cement stabilization or compaction, the subgrade should be proofrolled with heavy pneumatic equipment (minimum 15 tons) with particular attention to existing fill areas. Any soft or pumping areas should be undercut to a firm subgrade and properly backfilled as described in the Earthwork section. The subgrade should be scarified to a minimum depth of 6 inches and uniformly compacted to a minimum of 95 percent of ASTM D698, to -2 to +4 percentage points of the optimum moisture content determined by that test. It should then be protected and maintained in a moist condition until the pavement is placed. The presence of calcareous nodules, ironstone nodules, and pebbles in the surficial soils can complicate mixing of the soil and cement. Report No. 3155-23-01 21 CMJ ENGINEERING, INC. We recommend a minimum of 4 percent Portland cement be used to modify the subgrade soils. The amount of cement required to stabilize the subgrade should be on the order of 20 pounds per square yard for a 6-inch depth. The cement should be thoroughly mixed and blended with the upper 6 inches of the subgrade (TxDOT Item 275 or similar standard). The stabilized subgrade should be scarified to a minimum depth of 6 inches and uniformly compacted to a minimum of 98 percent of ASTM Standard Test Method for Moisture -Density Relations of Soil -Cement Mixtures (ASTM D558), to minus 3 to plus 1 percentage points of the optimum moisture content determined by that test. Cement treatment should extend beyond exposed pavement edges to reduce the effects of shrinkage and associated loss of subgrade support. It should then be protected and maintained in a moist condition until the pavement is placed via curing compound or sprinkling. Providing proper curing of the cement treated subgrade cannot be understated. Failure to properly cure the cement treated subgrade can result in undue shrinkage cracking. We recommend that subgrade stabilization extend to at least one foot beyond pavement edges to aid in reducing pavement movements and cracking along the curb line due to seasonal moisture variations after construction. Each construction area should be shaped to allow drainage of surface water during earthwork operations, and surface water should be pumped immediately from each construction area after each rain and a firm subgrade condition maintained. Water should not be allowed to pond in order to prevent percolation and subgrade softening, and cement should be added to the subgrade after removal of all surface vegetation and debris. The Texas Transportation Institute has performed studies to reduce "block cracks" common to cement -treated base materials. Microcracking is the application of several vibratory roller passes to a cement -treated base after a short curing stage, typically after one to three days, to create a fine network of cracks. Microcracking is one technique to help reduce the risk of shrinkage cracks in the cement -treated base. The goal of microcracking is to form a network of fine cracks and prevent the wider, more severe cracks from forming. Proper moisture control during cement placement/mixing and curing are also key factors to reducing shrinkage cracking. Surface drainage is critical to the performance of this pavement. Water should be allowed to exit the pavement surface quickly. All pavement construction should be performed in accordance with the following procedures. Report No. 3155-23-01 22 CMJ ENGINEERING, INC. 10.2 Pavement Sections The project may include the construction of parking lots and/or drives. At the time of this investigation, site paving plans or vehicle traffic studies were not available. Therefore, several rigid and flexible pavement sections are presented for a 20-year design life based on our experience with similar facilities for Light -Duty Parking Areas, Medium -Duty Parking Areas and Drives, and Medium- to Heavy -Duty Drives. In general, these areas are defined as follows: Liqht-Duty Parkinq Areas are those lots and drives subjected almost exclusively to passenger cars, with an occasional light- to medium -duty truck (2 to 3 per week) Medium -Duty Parkinq Areas and Drives are those lots subjected to a variety of light -duty vehicles to medium -duty vehicles and an occasional heavy-duty truck, including an 85-kip fire apparatus (1 to 2 per week). Medium- to Heavy -Duty Drives are those drives subjected to a variety of light to heavy-duty vehicles. These pavements include areas subject to significant truck traffic or trash vehicles. We recommend that rigid pavements be utilized at this project whenever possible, since they tend to provide better long-term performance when subjected to significant slow moving and turning traffic. If asphaltic concrete pavement is used, we recommend a full depth asphaltic concrete section having a minimum total thickness of 5 inches for light -duty parking areas and 6 inches for medium - duty parking areas and drives. A minimum surface course thickness of 2 inches is recommended for asphaltic concrete pavements. If Portland cement concrete pavement is used, a minimum thickness of 5 inches of concrete is recommended for light -duty parking areas, 6 inches for medium -duty parking areas and drives, and 7 inches for medium to heavy-duty areas. Report No. 3155-23-01 23 CMJ ENGINEERING, INC. A California Bearing Ratio or other strength tests were not performed because they were not within the scope of our services on this project. A subgrade modulus of 100 psi was considered appropriate for the near -surface soils. If heavier vehicles are planned, the above cross sections can be confirmed by performing strength tests on the subgrade materials once the traffic characteristics are established. Periodic maintenance of pavement structures normally improves the durability of the overall pavement and enhances its expected life. The above sections should be considered minimum pavement thicknesses and higher traffic volumes and heavy trucks may require thicker pavement sections. Additional recommendations can be provided after traffic volumes and loads are known. Periodic maintenance should be anticipated for minimum pavement thickness. This maintenance should consist of sealing cracks and timely repair of isolated distressed areas. 10.3 Pavement Material Requirements Reinforced Portland Cement Concrete: Reinforced Portland cement concrete pavement should consist of Portland cement concrete having a 28-day compressive strength of at least 3,500 psi. The mix should be designed in accordance with the ACI Code 318 using 3 to 6 percent air entrainment. The pavement should be adequately reinforced with temperature steel and all construction joints or expansion/contraction joints should be provided with load transfer dowels. The spacing of the joints will depend primarily on the type of steel used in the pavement. We recommend using No. 3 steel rebar spaced at 18 inches on center in both the longitudinal and transverse direction. Control joints formed by sawing are recommended every 12 to 15 feet in both the longitudinal and transverse direction. The cutting of the joints should be performed as soon as the concrete has "set-up" enough to allow for sawing operations. Hot Mix Asphaltic Concrete Surface Course: Item 340, Type D, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014 Edition. Hot Mix Asphaltic Concrete Base Course: Item 340, Type A or B, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014 Edition. Report No. 3155-23-01 24 CMJ ENGINEERING, INC. Cement Stabilized Subarade: Cement treatment for base course (road mix) - Item 275, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014 Edition. Flexible Base: Crushed Stone Flexible Base — Item 247, Type A, Grade 1/2, Texas Department of Transportation Standard Specifications for Construction of Maintenance of Highways, Streets, and Bridges, 2014 Edition. 10.4 General Pavement Considerations The design of the pavement drainage and grading should consider the potential for differential ground movement due to future soil swelling on the order of 3 inches. To minimize rainwater infiltration through the pavement surface, and thereby minimizing future upward movement of the pavement slabs, all cracks and joints in the pavement should be sealed on a routine basis after construction. Reduction in potential differential ground movement can be reduced in a similar manner as discussed in Section 6.3. Should reduction levels per Section 6.3 or an intermediate level of movement reduction be desired, contact this office for additional recommendations. 11.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. However, quite often during construction anomalies in the subsurface conditions are revealed. Should such anomalies be discovered, Recovery Resource Council should immediately notify CMJ Engineering, Inc. before proceeding further with construction to allow CMJ Engineering, Inc. to reconsider its recommendations as necessary. It is also recommended that Recovery Resource Council retain CMJ Engineering, Inc. to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condition, and other such subsurface related recommendations shall only be considered as preliminary, and not final, recommendations. Report No. 3155-23-01 25 CMJ ENGINEERING, INC. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. 12.0 REPORT CLOSURE The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the borings. The results of these tests, along with visual -manual procedures were used to generally classify each stratum. Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of classifications for those portions of each stratum on which the full range of laboratory soil classification tests were not performed. It is not implied that these logs are representative of subsurface conditions at other locations and times. With regard to groundwater conditions, this report presents data on groundwater levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the ground -water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of groundwater into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. Report No. 3155-23-01 NET CMJ ENGINEERING, INC. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. Report No. 3155-23-01 27 CMJ ENGINEERING, INC. This report has been prepared for the exclusive use of Recovery Resource Council for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. These recommendations should be reviewed once a grading plan is finalized. Report No. 3155-23-01 28 CMJ ENGINEERING, INC. o o . N 4EGENib: . 0 Boring Location i' HIGHWAY 121 / AIRPORT FREEWAY( I I W 3 # z W I al� 1 _n �y� J 4�' ROUSE STREET PLAN OF BORINGS Health Services Facility Fort Worth, Texas 0 40 SO FEET nPPRoXiMATE scnLE C J I Engineering CMJ Project No. 3155-23-01 CMJ ENGINEERING INC. Project No. Boring No. Project Health Services Facility 3155-23-01 B-1 Fort Worth, Texas Location Water Observations See Plate A.1 Seepage at 17' during drilling; water at 27' at completion; water at 20' at Completion Completion end of day Depth 30.0' Date 12-12-23 Surface Elevation Type Simco w/ CFA N -0 a E L 6 E_ o oN 0 0 C u_ -o .o o Stratum Description o 0)8 o o y _ N U p 3� N>.Nm .Nc E E y 0E� w IY C1 0 0� IY mdH m .� d(n 0 2 co 0 0 o JJ a-J LL 2U c Z)_J c o 0 Z)U LL SANDY CLAY / CLAYEY SAND, reddish brown and 5 — dark brown, w/ iron seams, ironstone nodules, and 3.5 21 11 10 10 — occasional calcareous nodules, very stiff (FILL) 2.0 10 — CLAY / SANDY CLAY, brown, light brown, and olive 1.5 9 _ brown, w/ iron seams, ironstone nodules, —5— calcareous nodules, and pebbles, stiff 2.0 11 121 790 -very stiff to hard below 7' 4.5+ 18 —10 grades reddish brown below 9' 4.5+ 28 51 15 36 11 117 15 SILTY SANDY CLAY, light brown, light reddish 4.5 12 = brown, and gray, very stiff — —� SAND / CLAYEY SAND, tan, w/ gravel, very dense x 50/3" —20— :: LIMESTONE, gray, w/ shale seams, hard to very — — hard 1 100/0.5" —25 100/1.125" —30— — — — — — — — — — — — — — — — — — — — — — — — — — LOG OF BORING NO. B-1 PLATE A.4 Project No. Boring No. Project Health Services Facility CMJ ENGINEERING INC. 3155-23-01 B-2 Fort Worth, Texas Location Water Observations See Plate A.1 Seepage at 17' during drilling; water at 23' at completion; water at 19' at Completion Completion end of day Depth 25 0' Date 12-12-23 Surface Elevation Type Simco w/ CFA Stratum Description CLAYEY SAND, dark brown, brown, and reddish brown, w/ calcareous nodules and ironstone nodules, medium dense SANDY CLAY / CLAYEY SAND, reddish brown, w/ iron seams, ironstone nodules, calcareous nodules, and gravel, stiff to hard SILTY CLAY, olive brown, w/ occasional ironstone nodules and calcareous nodules. hard LIMESTONE, tan, fractured, moderately hard to hard LIMESTONE, gray, w/ shale seams, hard 0 0 cU- O� Z c j u- N c \ O 0 o o o .0 - C > f'' 7 _ �, .0 N 0 �' _ N> U - X w N U Q'6 °E� W U' IY IY oo FQ 0_H m.� 0_in 0E JJ 2E dJ co-0 0_ S 00 2U c Z)-J coo Z)Ua- 6 8 1.0 32 8 1.0 7 114 600 20 4.5+ 2.0 1 4.5+ 100/2" 0 00/1.25' 26 11 15 7 107 8 39 13 26 16 LOG OF BORING NO. B-2 PLATE A.5 Project No. Boring No. 3155-23-01 B-3 Location See Plate A.1 Completion Completion Depth 5 0. Date 12-12-23 Surface Elevation Project Health Services Facility Fort Worth, Texas Water Observations Dry during drilling; dry at completion Type Simco w/ CFA � o ani � a p (n Stratum Description SILTY SAND, dark brown and brown, w/ ironstone nodules and calcareous nodules SANDY CLAY, reddish brown and brown, w/ ironstone nodules and calcareous nodules, stiff to —5very stiff-----------------J j CMJ ENGINEERING INC. — 0 0 CLL O� Z c jLL a) M o o o _ 2 U p 3� N> .�w E n= E .Nm .Nc y 0E� w a (Y IY 0 0 mdH m .2? d(n 0 JJ co dJ co 0 LL S 0 o 2 0 c �-J c o 0 Z)U LL 1.0 5 1.0 22 19 3 7 102 0.75 8 2.5 11 4.0 14 LOG OF BORING NO. B-3 PLATE A.6 Project No. Boring No. 3155-23-01 B-4 Location See Plate A.1 Completion Completion Depth 5 0. Date 12-12-23 Surface Elevation Project Health Services Facility Fort Worth, Texas Water Observations Dry during drilling; dry at completion Type Simco w/ CFA Stratum Description CLAYEY SAND, brown, w/ occasional ironstone nodules and calcareous nodules SANDY CLAY, reddish brown, w/ occasional ironstone nodules and calcareous nodules, stiff to very stiff ------------------------- CMJ ENGINEERING INC. — 0 0 CLL O� Z c jLL 0 c \ O o .0 ) N 0 .0 �' _ N> .�w E U - n= E X .Nm w N .Nc U y Q-O 0E� W a0 (Y IY 06 mdH m.2? d(n 0 JJ T dJ co 0 LL S 0 o 2 0 c �-J c o 0 Z)U LL 0.25 24 3 0.5 6 2.0 9 3.5 14 111 2940 3.5 12 LOG OF BORING NO. B-4 PLATE A.7 100 90 80 — 70 — x 6C W Z LL Z 50 W U ry LU 40 30 20 — 10 0 Particle Size Distribution Report C C O O O C C C� C C C c0 O N M a � O � N 71 0 N I I I I I I I I I II II I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I --I--i—"-- I I I I I I I I I I II I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I II I I I I I I I I I I I I I I I I I I I i I I I I I I I I I I 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I � I I I I I I II I I i li I I I I I I I I I I I I I I I I I i I I I I I I II I I I I I I I I I I I I I I I I I I i I I I I I I I I I I I I I I I I I I I I I I I I I i I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I i I I I I I I I I I I I I I I I I I I I I 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I i I I I I I I I I I I I I I I I I I I I I I I I I I I I GRAIN SIZE - mm. 0.)1 U.UU' % Gravel % Sand % Fines °�O +3" Coarse Fine Coarse Medium Fine Silt Clay O 11.0 17.0 X LL PL D85 D60 D50 D30 D15 D10 Cc Cu O 51 15 - - - MATERIAL DESCRIPTION O Project No. 3155-23-01 Client: Recovery Resource Council Project: Health Services Facility - Ft. Worth, TX O Depth: 9-10 Sample Number: B-1 CMJ ENGINEERING, INC. Fort Worth Texas TEST DATE USCS NM Remarks: Figure Plate A.8 FREE SWELL TEST RESULTS Project: Health Services Facility Rouse Street — Fort Worth, Texas Project No.: 3155-23-01 Depth Liquid Plastic Plasticity Moisture Percent Boring Interval Sample Limit Limit Index Content % Swell No. (ft.) Description o (��) LL PL PI Initial Final B-1 9-10 ClayClay Sandy 51 15 36 11.2 16.0 0.1 B 2 7 8 Sandy Clay / 26 11 15 6.6 15.3 0.0 Clayey Sand Free swell tests performed at approximate overburden pressure. CM1 ENGINEERING, INC. PLATE A.9 FORT WORTH, CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST IApprovall Spec No. IClasssification Manufacturer Model No. Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Km yo K.K. Adeka Ultra -Seal P-201 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 1126/99 33 05 13 HDPE Manhole Adjustment Rings Ladrech, Inc HDPE Adjustment Ring 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/Fiberelass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowtite 08/30/06 33 39 13 lFiberglass Manhole L.F. Manufacturing Water &Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) * 33 05 13 IManhole Frames and Covers I Western Iron Works, Bass & Hays Foundry 1001 Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) * 3305 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 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 3305 13 Manhole Frames and Covers Neenah Casting 10/31/06 3305 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole 7/25/03 3305 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 01/31/06 3305 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MID 651FWN & MH16502 07/19/11 3305 13 30" Dia. MH Ring and Cover Star Pipe Products MR32FTWSS-DC 08/10/11 3305 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 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 06/01/17 3405 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2280 (32") 12/05/23 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 4267WT - Hinged (32") CAP-ONE-30-FTW, Composite, w/ Lock .111111 33 f1 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hmg 10/07/21 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) * 3305 13 Manhole Frames and Covers Pont-A-Mousson Pamtigbt * 3305 13 Manhole Frames and Covers Neenah Casting * 3305 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 04/20/01 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13) * 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item #49 * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone Manhole, 32" Opening and Hat top, (No 09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Transition Cones) 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Com,rete US Composite Pipe Reinfmced Polymer Concrete 09/06/19 33 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone 10/07/21 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 10/07/21 33 3920 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pipe and Precast (Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone 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 12/29/23 33 39 20 I Wastewater Access Chamber Quickstream Solutions, Inc. Type 8 Marntenace Shaft (Portal) Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious * EI-14 Manhole Rehab Systems Quadex 04/23/01 EI-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 Seat MS2A Rehab System 5/12/03 EI-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration 08/30/06 General Concrete Repair F1exKrete Technologies Vinyl Polyester Repmr Product Updated: 11-6-24 National Spec l Size ASTM D2240/D412/D792 ASTM C-443/C-361 SS MH Traffic and Non -traffic area ASTM 3753 Non -traffic area Non -traffic area 24N." WD 24" Dia 24" Dia ASTM A48 & AASHTO M306 24" Dia. ASTM A48 & AASHTO M306 30" Dia. 24" dia. 24" dia. ASTM A536 24" Dia. 30" Dia. AASHTO M306-04 30" Dia. 30" Dia 30" Dia 30" Dia AASHTO M105 & ASTM A536 30" Dia ASTM A 48 30" Dia. ASTM A 48 30" Dia. ASTM A 48 ASTM A 48 ASTM C 478 ASTM C-443 ASTM C 478 ASTM C 478 ASTM C 478 ASTM C 478 ASTM C-76 ASTM C-76 ASTM C-77 ASTM C-478; ASTM C-923; ASTM C-443 ASTM D5813 30" Dia. 30" Dia. 24" Dia. 24" Dia. 24" Dia. 24" Dia. 24" Dia. 24" Dia. 48" 48" 48" w/32" cone I 72" 48", 60" 48" to 84" I.D. 48" to 72" 60" & 72" 48" 48" & 60" 48" & 60" Non Traffic Areas For use when Sid. MH cannot be installed due to depth Mrsc. 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. IClasssification I Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious 05/20/96 EI-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 Are 791, S1HB, Sl, S2 Acid Resistance Teat Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 33 11 16, 33 39 11, RR&C Dampproofing Non-Fibered Spray For Exterior Coating of Concrete 03/19/18 333920 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 3305 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 - Pine Casine Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" .3111118 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) FB-12 Casing Spacer (Coated Carbon Steel) .311-18 Casing Spacers BWM for Non_preume Pipe and Grouted Casing 03/29/22 33 M 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 Per Manufacturers Requirements (Sewer 09/03/24 33 M 13 Casing Spacers Raci (Completely HDPE) Applications Only) 8° _ 12" (Sewer Only) � Water & Sewer - Pines/Ductile Iron 33-11-10(1/8/13) I � * 1111 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AW WA C150, C151 I 3" thin 24" OS/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Futile Pipe (Bell Spigot) AW WA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AW WA C150, C151 4" thin 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AW WA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AW WA C150, C151 Water & Sewer - Utility Line Marker (08/24/20181 � Sewer - Coatis ts/EDoxv 33-39-60 (01/08/13) I 02/25/02 Epoxy Lining System Sauereisen, Inc S—Gard 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 Are 791, SUIB, Sl, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications � � Sewer - Coatin¢S/Polvarethane 1 I I � Sewer - Combination Air Valves I 05/25/18 � 33-31-70 1 Air Release Valve A. -I. USA, Inc. D025LTP02(Composite Body) 2" I � Sewer - Pipes/Concrete I * E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * EI-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * EI-04 Conc. Pipe, Reinforced Hanson Concrete Products SRI. item -hislo, #98 p4pe ASTM C 76 * EI-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 I Sewer - PiDe Enlarement Svstem (Method)33-31-23 (01/18/13) I 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 I Sewer - PiDe/Fiberfllass Reinforced/ 33-31-13(1/8/13) 7/21/97 3331 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe (Non -Pressure) ASTM D3262/D3754 03/22/10 3331 13 Fiberglass Pipe (FREI A-- Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 3331 13 Glass -Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/133754 ASTM D3262, ASTM D3681, 03/07/23 3111 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D4161, AW WA M45 ASTM D3262, ASTM D3517, 09/03/24 � 33 31 13 Fiberglass Pipe (FRP) Superlit Boru Sanayi A.S. Superht FRP ASTM 3754, AW WA C950 I * From Original Standard Products List 2 CITY OF FORT WORTH FORT WORTH, WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 IApprovall Spec No. [Classsification I Manufacturer I Model No. I National Spec I Size Sewer - Piue/Polvmer Pine 4/14/05 Polymer Modified Concrete Pipe Amrtech USA Meyer Polycrete Pipe AST- C33, -16, -11 8" to 102", Class V 06/09/10 El-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pine ASTM C-76 Sewer - Pines/HDPE 33-31-23(1/8/13) * High-denHisity polyethylene pipe Phillips Dnscopipe, Inc. Opficore Ductile Polyethylene Pipe ASTM D 1248 8" * High-densn polyethylene pipe Plexco Inc. ASTM D 1248 8" * High -density polyethylene pipe Polly Pipe, Inc. ASTMD 1248 8" gh-density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - Pines/PVC (Pressure Sewer) 33-11-12 (4/1/131 12/02/11 33-11-12 DR-14 PVC Pressure Pipe P,pelife lebaream PVC Pressure Pipe AW WA C900 4" than 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Budding Products Royal Seal PVC Pressure Pipe AW WA C900 4" than 12" Sewer - Pines/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pipe 1-M Manufacturing Co., Inc. UM Eagle) SDR-26 (PSI 15) ASTM D 3034 4" - 15" 12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 (PSI 15) ASTM D 3034 4" thru 15" * 33-31-20 PVC Sewer Pipe Lamson Vylon Pipe SDR-26 (PSI 15) ASTM D 3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe SDR-26 (PSI 15) ASTM D3034 4" than, 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18" * 33-31-20 PVC Sewer Pipe 1-M Mani facturing Co, Inc. (1M Eagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 (PS 115) Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15" * 33-31-20 PVC Sewer Fittings Plastic Trends, Ine.(Westlake) Gasketed PVC Sewer Main Fnngs ASTM D 3034 3/19/2018 33 3120 PVC Sewer Pipe Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24" 3/19/2018 33 3120 PVC Sewer Pipe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15" 3/29/2019 33 3120 Gasketed Fittings (PVC) GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" 10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" 10/22/2020 33 3120 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 10/21/2020 333120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 18"-36" * From Original Standard Products List FORT WORTH, CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST (Approval Spec No. Classsification Manufacturer Model No. National Spec Water - Aoour enances 33-12-10 (07/01/13). 09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co., Inc. 202B 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AW WA C800 08/28/02 Double Strap Saddle Smith Blau #317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AW WA C800 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 10/27/87 Curb Stops -Hall Meter Valves McDonald 6100M,6100MT & 61 OMT 10/27/87 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 610OTM and 6101M FB600-7NL, FB1600-7-NL, FV23-777-W-NL, 1111018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. L22-77NL AW WA C800 FB600-6-NL, FB1600-6-NL, FV23-666-W- 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, L22-66NL AW WA C800 FB600-4-NL, FB1600-4-NL, B11-444-WR- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, B22444-WR-NL, L28-44NL AW WA C800 B-25000N, B-24277N-3, B-20200N-3, H- AW WA C800, ANSF 61, 5/25/2018 33-12-10 Club Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 B-25000N, B-20200N-3, B-24277N-3,H- AW WA 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 B-25000N, B-20200N-3,H-15000N, H- AW WA C800, ANSF 61, 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 1553ON ANSI/NSF 372 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steep JCM Industries, Inc. 412 Tapping Sleeve ESS AW WA C-223 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) JCM Industries, Inc. 415 Tapping Sleeve AW WA C-223 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AW WA C-223 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Ronnie SST Stainless Steel AW WA C-223 02/29/12 33-12-25 Tapping Sleeve (Stainless Steep Romac SST III Stainless Steel AW WA C-223 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-1EPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-1EPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-1 EPAF FTW Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 Water - Bolts. Nuts. and Gaskets 33-11-05 (01/08/13) Water - Combination Air Release 33-31-70 (01/08/13) * E1-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A * EI-I I Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. * EI-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 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 AW WA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AW WA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AW WA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AW WA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AW WA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AW WA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AW WA C-502 Shop Drawings No. 6461 10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Centmron AW WA C-502 Shop Drawing FH-12 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AW WA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AW WA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer WB67 AW WA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AW WA C550 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AW WA C701, Class 1 Updated: 11-6-24 Size 1"1" SVC, up to 16" Pipe 1"-2" SVC, up to 24" Pipe 1"-2" SVC, up to 24" Pipe 1"-2" SVC, up to 24" Pipe 3/4" and 1" 1 W and 2" 2" 1-1/2" I" 2" 1" 1"-2" Taps on up to 12" Up to 30" w/12" Out Concrete Pipe Only 4"-8" and 16" U p to 42" w/24" Out Up to 24" w/12" Out Up to 30" w/12" Out 4" to 30" Class "A I"&2" 1/2" 1" & 2" 1" 2" & 3" 4" - 10" 3/4" - 6" * From Original Standard Products List 4 FORT WORTH, CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 IApprovall Spec No. IClasssification I Manufacturer Model No. National Spec Size Water - Piues/PVC (Pressure Water) 33-31-70 (01/08/13) AW WA C900, AW WA C605, 12/OS/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 ASTM D1784 4"-16" AW WA C900, AW WA C605, 12/O1/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18 ASTM D1784 16"-18" AW WA C900, AW WA C605, 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14 ASTM D1784 4"-16" AW WA C900, AW WA C605, 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR18 ASTM D1784 16"-18" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AW WA C900 4"-12" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AW WA C900 16"-24" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AW WA C900 4"-12" 5/25/2018 33 I1 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AW WA C900 16"-24" AW WA C900-16 UL 1285 12/6/2018 3311 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a IM Eagle DR 14 ANSIMSF 61 4"-28" FM 1612 AW WA C900-16 UL 1285 12/6/2018 3311 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a IM Eagle DR 18 ANSIMSF 61 16"-24" FM 1612 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AW WA C900 4" - 8" 9/6/2019 331112 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16"-24" 9/6/2019 3311 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AW WA C900 4"- 12" 9/6/2019 3311 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AW WA C900 4"- 12" Water - PIDesNalves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13), 07/23/92 EI-07 Ductile Iron Fittings tar Pipe Products, Inc. Mechanical Joint Fittings AW WA C153 & C] l0 * EI-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AW WA C 110 * EI-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AW WA C 153, C 110, C III 08/11/98 EI-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AW WA C 153, C 110, C 112 02/26/14 EI-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AW WA CI53 4"-12" 05/14/98 EI-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1400 AW WA CI I IIC153 4" to 36" 05/14/98 EI-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle -Lock AW WA CI11/CI53 4" to 24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AW WA C111/CI16/C153 4" to 12" 02/29/12 33-11-1I Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AW WA CI I1/CI16/C153 4" to I" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe) AW WA CI I I/C116/C153 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC1O AW WA CI I IIC153 4" to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AW WA CI I IIC153 4" to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AW WA CI I IIC153 12" to 24" 08/10/98 E1-07 MI Fittings(DIP) Sigma, Co. Sigma One-Lok SIDE AW WA C153 4" - 24" 10/12/10 E1-24 Interior Restrained Joint System S & B Tmhneial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) Mechanical Joint Fittings AW WA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Stu Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AW WA CI I I 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AW WA CI I I EZ Grip Joint Restraint (EZD) Black For DIP 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) ASTM A536 AW WA CI I I 3"-48" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) DR14 PVC Pipe ASTM A536 AW WA CI I I V-12" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Ser—pore) DR18 PVC Pipe ASTM A536 AW WA C111 16"-24" * From Original Standard Products List 5 FORT WORTH, CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST (Approval Spec No. �Classsification Manufacturer Water PiDea & Fittings/Resilient Seated Gate 33-12-20 (05/13/15) Model No. - alves Resilient Wedged Gate Valve w/no Gears alve* American Flow Control Series 2500 Drawing # 94-20247 I12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 I 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) I 05/18/99 Resilient Wedge Gate Valve Amerman Flow Control Series 2516 (SD 94-20247) I 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 I 05/23/91 EI-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV I 01/24/02 EI-26 Resilient Wedge Gate Valve American AVK Company I * E1-26 Resilient Seated Gate Valve Kennedy I E1-26 Resilient Seated Gate Valve M&H I * E1-26 Resilient Seated Gate Valve Mueller Co. I 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) I 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) I 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 I 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 I 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. I 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) I 11/08/99 EI-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) I 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 11/30/12 Resilient We�F Gate Valve Clow Valve Co. Clow Valve Model 2638 05/08/91 EI-26 Resilient Sea Gate Valve Stockham Valves & Fittings I E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. Metroseal 250, requirements SPL #74 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) EJ F1owMact« Cate Valve & Boxes 08/24/18 Mateo Gate Valve Matco-Norca 225 MR I Water - PiDes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14). I * E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. I * E1-30 Rubber Seated Butterfly Valve Mueller Co. I 1/11/99 E1-30 Rubber Seated Butterfly Valve Domirik Valves Co. I06/12/03 E1-30 Valmafic American Butterfly Valve Valmahc Valve and Manufacturing Corp. Valmatic American Butterfly Valve. I 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 I 03/19/18 33 1221 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AW WA C504 Butterfly Valve I 09/03/24 I 33 1221 Rubber Seated Butterfly Valve American AVK Company AW WA C504 Butterfly Valve Class 250B Water - Polvethvlene Encasement 33-11-10 (01/08/13) I 05/12/05 E1-13 oyethylene Encasment Flexsol Packaging Fulton Enterprises I 05/12/05 E1-13 oyethylene Encas rent �Polvethvleaac Mountain States Plastics (MSP) and AEP Ind. Standard Hardware I 05/12/05 EI-13 oyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket I 09/06/19 I 33-11-11 Encasment Northtown Products Inc. PE Encasement for DIP Water - .SaInDling Station I 03/07/23 09l02l24 331250 3333-50 Water Sampling Station Kupferle Foundry Company Mueller Winer Pire4issts, his. Eclipse, Numbe 88 , 12-inch Depth of Bury - PF88f, Haaf) f Laskeig Assess lkissh Water - Automatic Flusher HG6-A-IN-2-BRN-LPRR(Portable) 10/211,I Automated Flushing System Mueller Hydroguard HG2-A-IN--2-PV6018-LPLG(Permanent) 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc 04/09/21 I Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) Updated: 11-6-24 National Spec Size AW WA C515 AW WA C515 AW WA C515 AW WA C515 AW WA C515 AW WA C509 AW WA C515 AW WA C515 AW WA C515 AW WA C515 AW WA C509 AW WA C515 AW WA C515 AW WA C515 AW WA C515 AW WA C 509, ANSI 420 - stem, AW WA/ANSI C115/An21.15 AW WA C-504 AW WA C-504 AW WA C-504 AW WA C-504 AW WA C-504 AW WA C-504 AW WA C-504 AW WA C105 AW WA C105 AW WA C105 AW WA C105 This product removed 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' Jj�Jore 3) 4" - 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 and LLD 8 mil LLD 8 mil LLD As shown in spec. 33 12 50 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 ofthe Construction Contract Documents, the requirements ofthe Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval ofthe specific products will be based on the requirements ofthe 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 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09121/2024 19rorzo22 O13000 19rorzo22 033000 16/2M2020 033000 uDe ien r{'} MaU/ewyn �15 ¢'1'oum Covcrq< Dlo0oo010 Dlo0oo00155 502°50-1 ° 00/�{Lovcrne mr Sidewalkx. Cubs 30af�$Lone I(nr I`r clan Bnx< anhnles. envnn<I l.mers, silew.ms.Dmew.w eud,@tuner 300U/,mpl"oncmr<UIC 3-5°5'�j 3.5'• }5"S'm1�b%Av o.3b%Av �ma�3b°,°Av I I9N2022 033000 4/In024 033000 MutXc DD99 umco Taxec B amco Tams 30U1. 30USOOBG Mr*far Iwm��xM mMutor Sidewyyalryryks -5"S'Jma 3fi%Au I9ron0zz 33000 19rono2z 33000 Ma U9s� (kkyy ovcrae c rel oz-11112"l ��Smewa0a, lJma s�Umeweas Rvrvbmw—C- Flarxmm c becnrc -1 5 re, %Av 1911012 33000 Mu Uesien y.pJq eonarme /� 3I:/-�{ m -5.. %An 103b%Av 1".0. 033000 992022 033000 9ro2022 033000 9roQ022 MU DuIs�(� Mu Des4T C(,al<�l:ovorue W. � GChK CC��I1{�� CowYown Rc<.F'Mkmv C15020AE 30HA206 w 3000 paL'ovcrq 3000yyl Conrnem C-.1—wry akwAffi Gmler 300U 6'Cooerte rvli. forof �dewaks. Planvoek. Pads � Q. 3000 M ewe ADARs�os. D6y���y*1111nm, 1111Ood Treannme,Noo-TNOT Ralainme Walls g Cwmem Mu f.,S wvlks.I - ".I//I 1 5' n1C:ab -S'1�u.9b%Av I q3b%Av 19ronm1 03301 I I1292o2a 033000 Ma D- Ma Dear wIownR� en y off oAPwR R3CH4000 3o 0M0 Sll }}� m9ys 5�a/!$mka /3mm(M(��u onca ewa $ 55ff����jj� qq�'k k(s. vnd Mmholes lm H'5alle. �ryng3b% Av 3-5^T a� 19ro2022 033000 F9N2022 033000 9I233 033000 M Du M. Coocrc49<mca Hokin-wR. Inc Hokim-SOR. Ne 4000//gg� Cou+ttc 6r9�d<wa 0s, .. ana Bwm Dran9wuurw 300U ' mina Mu kr9d a a 00��ryaaaFMufw SWewaka. coma and Goners 3-5"$ 3b/An 3fi%Av -"51�.3fi%M 19ron0ss 033000 1ro2 033000 192022 033000 033000 19Nn2033000 MuRea1Q Mu ocun-mc 5 D1423 M1314 ao0n,,onM ImmS—R, R� 30 0LSiA--, Conircu for9�dewalki, lnlev 3T 3.A�9ro k i/ ?----s 3 °o A/AAAAAAAuvvrvvvvnr '•""" s555 33 022 03 13000 11 � S65S 141o3 6/1no23 o3300o 11Dv1300000 oN Mm Mace� 136N20 k dm 3sLay rteyp`x,'333333fibbbbbbb°ineotl 14f12025 033000 M MU De nMane�m R2136R14 aSd—sn -12n0z232 4. 3.000,g�i numa for e�tlewa0u and ]""3 -S m311 3-5"911�p 3b%I 19ron022 033I oo 1919no22 1= Mu Bes'1@. .gg� mu Ues�m nor Msamlla rm Mvmlm Mamn R2131314 n2132214 9a90. 3.IXR( Concrete fdr SWawaOs@ a 11�P�L`oncrele fersde E- 3.atr6 m<fors�e � �k3 ry�n dews@Memo 3-5"S iAC!3b°h Au 5 �j b°A Av ''""33��ga5-]5%Arc 3-s••Sg3b%An l0urzoz3 0 �q q^I`k� BR Reeayirlu esAm Ccs A-Nv 500Svehrio0�ac mr pp��yyvv Saks r3, mrsmaw.Rs@ ana cud,@cun<r -s Svmo.3b%An I]/102023 033000 I II182023 033000 IIY 42023 03301 MU DwodS MU Dea�m �ym� Osbum R Red�Mu d�Mrc 30 1— RRM5020A jj 1 0lS1f� �q8d<walb i d,�IS�C'UiB:laAna. Bnvewayp,SWewaR.RmnBq 1b0 rys o rzrefrrV Oev Gutrers.9dewalke, p'5I1,�AB ryamp 3-5•'9 3fi%An 3-5"5 3fi%1 5"6���//////^^^.3-6°A Av 19ron0ss 1-022 033000 Mu k( Ue}}1en eu Rem -Mu 1oJ11s 6oB9«ts/a,r0il00 ny E�aela rcfrrSwewa�LLrU �Lvnu. Smvav hlamom. mlels.mJovwoo Boxes FIB r D ee�ppyy��S��ae wa _s, sq 3 •Sr, 3%Av 3b%Av 19ro2o22 033000 033000 033000 033000 Ma Ues�en M 55,,r: Mxlfcaen Rem -Mu SRM Cvurq< SRM Conmero Cenmete vall 303505� 50350 30050 3°onmme mix forevudak(3uher 3ADA3b110242024 30�,�,Concrete for 8�dewalW @ABARamJ3-5"6110118/2024 for Gaper. 3-5^Spi 3b11024201 19ron0z2 033000 yy Mu U<y UUDeees�en RM 3000yyyy'i'encrete SidewalW. RRaammWW. NleR loot oxee, ilwat Bl«ks.Cmb and Dnvewan. Banrer Ramo 30ub�y"ToMufor Cum@GuHer, ays.SmewaTa.ADARamos ;3 13o 1on2103300o 5awsoz0 3IWW �v�{LLo me m smewalks�acun<Du 5 b°i°An 19ro2022 033000 MU Des�xn C«yMu —125A2A 3601(paL'ana<n Mu mrSM<weBe,Dm<Approacha,ADA Rama Cum and Goner 1��i" i5"SI"omp,3b%Ao �9I92022 033000 9ro2022 033000 9ro2B22 MUDeaw,p Mm D<m¢n(3nr l(ediMu ' 3020. 0250230 30" ConcrcR lm Blaewalks 11L'aucrete Mu hr Flatwmk curbffi Gunu. Dnvew SWewaOu.ADARamos 3a�1t remmmr nor@Gn,Dnm ,S,a , DARm,a 3-5"5��M;3b°°/°Av -'S'� q fi°h Au II,z-- CIan CR`IInIN 9/9n0a2 01300 19/9n022 033000 ManM1oln,Jun<Bon MnU en eoxee <a ment BladOVR Collarr,Lkntvol A/'uen'can Concrete Comoanv A m Pauvdatlovel 00131 JF{ �1 3600 Loncrele for Maohol ox�.�^casan s gr�q ocrele rmmkme <eon eox<.c Mm�es.L'hvnn<I borers, Silevmlks.Dmewevs, eSubaGuner 5 lu 3-s•s�vOJ1-022 m3o a0 033000 n m'. L'hi, Conm<n 01M5 Im we vsa—l3 e 300UwtL'ovcrca Mu kr Sd<wal4.y Dlock�np 3-s^S p3b%19/92022 3-5033000 19ron0z2 3300o Mix llcsw MUlhmm Bamao'Im:an Cow Town RN�Ma wn Rd�Mu BG r 40AN1Covcroro Mu kr Sam, Dmm 3ovcM1lrca Dnvewayp9crtev Willa. Collae 011/�s{Lo Mufor Nlels.Thmst Blockme. Concord 6'ucavanent 30W-Laamat<Muforml<Is.Thmet em<km .con<rem eaaaaan<m 30�;on«at 3-5"91�M,3b%Av033000 -5'S' ;3fi%Au - fi%na s 19ronozz 33B oo 19rorz0zz2 033000 Mm a twmk mlma.Thm�BI«�eeon<rem en<aaemant 501iianme DAax u eDnva'yy��g - ;asa))//�n.3b%Aa 5• Ij) q b%Av "Svmm.3b%An 9N2022 033000 992022 033000 9ron022 13000 19ron022 033000 Mu Mu�n7rrryq sl DDees.s ow Tuwn Rrdi Mu Cow TownRM M.. Town RNi Mu uv-SGR 3 25] 51 ]01 300 —1— Mix fur SWewaRa,A Cnrh&Guver, Safary End Trcavnenla Non1—TRalm�me WaOe 36 Qqpaa� CoumwemreforV Gonarae Poan�adons 600,/y(ky{,�uuete MuforV L dalimrs 341 W Lov /xpppr,57p Urem Sw�mvsewer Manhalm.Juncnon Box 3-5"S� 311Av 35" b°h Av -5"S� 3 yu 3fi°A� 19ron0ss 03300o 19rorz022 03300o malks�en Mulxs� xo uv-SDK, In xo un-soR, <. °i 1551 se09 30u�ynnamo Mu for aOWre�i'/g��p ry1 fly 11 v.3b°/Ao i-5 S�ryP"t� lan]2023 033000 I9N2022 033000 8-11 03300099 11 2.3 03 Ma Du Ma Des l M.I. Ue ma 9lon< Martin Man<lw 361DNPA R2141230 1R24 3,6W pa�l'oncalc iorrtll<I y^ ell,�1 (�����pp�1�7p��t�1l�n p-1 4.00 Spgl Concrn fw Manho(a.ln, S. Ml884Vff V$Nf�YABd aP 1's 14.000 Crete forJwceon Box. Box CLIveR Sidewalks and Ramw o1s aeksl 40uEnrnmmufor CW S<w<r Mavnoks 3-5"Shona 3b%Ao 3-5"Sl �-;36%An I S'� n,3b%Av 5.5r %Av ulna2nz3 03 19rorzoss 033000 Maw m m M a2i�3 6 aks�mka@xemweuslmn 00a mar - yre3b%An has-Ls%Av 19I92022 033000 �9I92022 033000 9ronB2z 0330Io / MutXqq��n MM.UI/ Mat M Mmtm Mane amo Msaml� R213622A R2141233 6036 3,6 y�v Conar<In for Curb Nlus 3.60Jp�a (' {n 151 $ I�( (nets. Blockmeffi Encasement 1l�'(L,onYrelle brin� for/Uam 9vacmres 451( 1��b%An -'S'11j�B,•3b%Au 110n412024 03 19/121. 033000 /s1® him Mu IG— TMu 114 - y� L for nholes. Hwdwalls,Thrvsl Bbcks. C.- liars 6oU$aksr W� Cffo ,Mvnnmes.Box Cmvarn amp - -'s g3b%Av 19ro¢0zz 033001 I9ro2022 033000 Mu seenp&�`(M Ma Dea�Rn BR 1(eadvMa cYVY C-NY M rcu�b Inlets 30Moma m , - I� q3b%av 5"S..P,31%An III{{1/182023 033000 I II182023 033000 9rono22 033000 Ma��N�� Mu Bfd'mn Rcdi M�z aB�R fRW�M.. 1R153201 RRM6020A98 IR111524 3000/g�Co"=for Byy!lllq 4000b61Concrete for 67iom Uwiu 9trvaores 35 i, Mu hrilwsl Bl«ks. Valve Pads Sl 1,R:36%Av 5'���M1hk 36%Au 19rorz0z2 033000 112r52022 033000 Ma Ma Dead Real -Mu Real-M�z 1561152a 1lO 1-4 u6/ Lonmele Mu for Cvn-m-Place Smrm Dram Swctures 317d c% tte for Thmst Blockr.Valve Pads 3-5"S'/ .3fi%M 5•r"S)�)t�b%Av 3-5"Slumg3-6%Av CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT S"I'ANDARD PRODUCTS LIST AS OF 09121/2024 112-22 o53n G°n � RI-1a ;o , Qo a<� ��9mwDmm9w� 19rs9n022 033000 J� Mennoks I no22 0330 oe // R<m-Mu 145P25P4 450J Loncr<m 6r 91om�Drem Swcmms I10242024 033000 MU Uea� SRM Connive 40350 400 /+� oncrcic fin inlmn Sl .[a.Hmdwal6.—BbcknC- 110n412024 033000 Des RM Concrete 40850 400J 'l' Crete for lnlne,Manhole. HwdwaOs.ItuustBbcks. Co�ms 19n6noza o g 3sl yyyy nn matBlocka aneceuam 19'.. o3300o Mu U<sien Tarrentewcrele Fw532oA 3aW,xriwcrele MUfor BMckme 16rz1no23 o3300o Mulleyyaien enmT lazes iM 36o.DSBG m� ehimeana ?aeNaa Stamm MrD ss-]5"'=-.3,6'%Z I Mo2o2o2a o13o a0 Ma Urfes�en ER365]SAEwR R/���y�vp en.n.s 55-] I12/Sn022 033000 MIxD Holmm(1R, In�cu 1822 36�C nerele �c �I�de1RLLieh iaewai efiCSlmeIF'de �nsll< 55-]5"�ump,l�-3%Av 9/9n022 033000 Mutt Holnm-SOR, Inc 1859 /crepe (lllPg gp.rl p�I iBc 9�wal Fowdatnna 55-]5"Slump. 3b°/a An 14nn023 033000 I ✓y{ &AgPregate ` assry ov`�oo<rem�k.7DrttfadS'ha1�.aFt�e��rrew<sen.l Enwa.uwa 5"9wmn.3bv°nn l4nno23 033000 rrI II((Is� d' 3�Do emew anweni Tmm 55-]5"91omo.3b°5 I6rzz112 033000 MUIIFsIw hnarew< D Nal m; ne c s-]°s m,3b°i°An 162]na21 013000 111((((((OJJ3J3J3Jxxxfff���eeesssssa m doom D21esKa5 k./abnn p�u<l ra 1 nvxsl meaadra6c R;er�al awvdaew. s j °o Av ��II pp11 yyjj vlvl/I� pp^^qq�� �8221124 033000 /}}��7/l a Zay M 135K252a 5pp Concretefrr mrRled Snviil�.ieEwnle FowdaM1ons 55"61pm9;3b%Av .-24 033000 Mu U/ed�dn BR Ready Ma 135K0524 500 az�Cwcrete for lDnlled 9N81 LieM1mole Founaetwns I Slomo, I —I MU Deli Re 80LI I5D5 600 w�Cwerete far Nxeed Sna0a32mnweand T 11,¢nal Founaanons —APPlketlons 9/9n0223 033000 MuI7 I Ar�M D100000010839 3000 SCoacrete fin Valve Pads.Inlar.9troaures.Hedwalls. Tnmal 1 35''85 St.—p36%Auk 9ron022 Iks �/�{L dale fin Vahe Pads. Nled. Snoc :Hwdwalla. Thsusl ;J' 19rono22 Mur% w ns co 40u0 Lonaete ror xeaawwa.R wnOs.Fm enhrem. vI�TD -s•5 °ar ll9rono22 M. err 2F01 4FI�wm<w lm Swan Dm;n slm<a, Maanole,x<aawalli, RAammawava. vwlev Gatrma, Dnve nlwroa<ne -s•5 mn�b%nn 19Nn022 y oncrele ,ys{ rete for xeadwslls. W1rry'al6 5 n.3b%M 19rono22 033000 Ma U,e,ss�w C Concrete wz 40rt0 L aerew 5`hn' hm 3-5 �g3b%av 19rono22 033000 Mu Ueum c Iene�rele env oust 1 40Zos®o^i ermuSf, Dram S.- 3-'1.3b%ar I 19rorzm2 03300o MU u To RaL M' 60-2 j�I/LP <mjiM furry my<ru. Hesawella 3-rs 19N2022 033000 Ma Du Town �Ma 60-I IdOU WocrcL<A-Iu locllox CUlvctaHwdwells, WN¢urilb 3-;::1I o36%An 19I92022 033000 Ma Da Cow Two Rem Mu 260-1 360 Cmmve Mlx krxeadwalls 3-5"9N',3b%Aa I II29n024 033000 De da F,,ee++JJyy SSO S'icks/3.600RRs� oocrete forxeadwaOe, WIIPeeWWn�3I dCLlverd -'y1� :3b°hM 19ron022 33000 g xConcrefeM o lOr £orsdewalks. Hesdwalls,rvs. wd swan Drain Swcmres 5^0:3 °i°nn la/trz0'23 33000 Mu D� -SOR1851 asliJ/y'yg�vgp4Cr;�eDry<a. xana Plecetl Pevm¢ar I8/302023 033000 MU Deuw 585 SIt/LL4,, re�i'' wia<te (or Bo-5"'Ium fi%Ae R2141R30 x nNens&Hesawalla 199roro2/rz2nSn00a202ss222 2 000C33Iv3v000(MaeMiMveuPla<WPvvly —1. R4035 12 onfirala�foin Iiel,&H.wPV.1- dv 3 00 9a7MBH -5'S3I7ydNMUD* m nooP. 33fi%A 9N4Hwalls RmmWl Com U 3omDo.300MyJ32 Wl— 033000 eaOsW 992022 13oPa0 irea35m3— Aanvvu 199Nrorz202222 3322113 MU jnler,s�w (e��rNNdmyJCo�nerew Fsw6] 36�ryoovneawe fforMMachninme PPlaluacde�SPFAYYyvmeum¢333b1 1224 32313 M3 1n24 3 Mi3cs2 6 for Mnmw _022321rtZ1.1m313 e3 bb%1 40W1ro0231s— wc6o209 0200 MCwme1 3A (31%- aAnAunnO 1111II1I199991rororo012/2nrz24rzoo0z220z2z22223 3213111 MMulx D�nsyIn1 im 9RM Conac�rve �Mffi. v 5A011 346000 pPPqq��L 3313311 MUD25M 3600,LC�on5creoOoelo.crM1az1nm,�1P—Paz1�--333.':5SSl,�11r ymWmo�pgt�,.3333 --�b66% 606112I1n00213DRdre 3M 33 w4M 313 y�w u bi 3u M3b�opac11124 mPvm 2313 WRSLa5wSD5 ,' Slu 6azOC.—fMmPd Pm¢ dPme 36%%%%%% 13213Mu=1 021K0 110141023 3 U m Pm1.3 32 3MSo scaw�nOrmMew<re�ewrMahm razm Pm3bb%no 1-4-24 32 o5 3°� I9lI0'1-124 32MU z C.— foM- Pad PmL ' I 22a32153 .21 4fr nnanA�Aunvwvnv II Macnm<elaoca PavNP 1-1"A� ib%Av CoCnocnreetree w-}5012132MP ConcacffoorMhlacNn.-nc PPlaawdd PPaving. 1I1 -3""19 �3bb1 %A1 3213u 36 1ro/n202 3231 —022 32 BD MuRI— 252311 56ernmMx 001- 91202 32 11 11 MT. 264(for 5-65A%%v aAnn I CIvv HIDvv. 022 } CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT S"I'ANDARD PRODUCTS LIST AS OF R121/2024 tngr�Cov imam) Ifl/4rzo2J IHnnan 3 c4}} en Ma Uevm {V Marienu M�E1m Rz146R36 R2146N36 /45aops 6 ancme lm Hnvd Plecm Pavme a.S agv Conaaro forHmd Placed Pavme 3-5 3b%Av 3-5' S�� cab%au 1112a022 321313 1-Dav¢n (Manm M na K3 R21466 5� Conamu kr Head Placed Pavyy 3-5"S lmt\3b%An 1522YL023 32151} MU Dea® enm Mvwna R146K ureIfem 6626200s9$PFlaaawvwm md Hddamfativ AAaAAAa�vvuvnvr "^'•SSS3SJJ� 1M112roH2nLB22023 33221131J3 Maa DDUDqqeyuay 46R ac�6aC/L11on44nn5.n0R5mm,d00L"froar'seCk CoHnommnrnr Pde Peavm¢ :!� bbb-bbb6%^ 3333 112I22/2021321313 2021313 ao� 3 1 ir�1im�A^^pCpon 111/155//20213323JMa 19a022 321313 emn mPHleemaz aM a}` aWlLa:eNnm .S1o, 4P 1°°. 3:545 5 Av 32 33 MMUDnk Mmn nmmn R6 4.50 4�rHddPcliffnb9Na022 Ma E. mm Mar MM n 21 R16az .0 57.%.1reHdue 51ro 4 1fI/�/y��J)/j I11/4no321313 M.m 32 IJI1a2)32131MU M BRMvMu 0sbom CeNY 5— 6M0/42o23 5 Sk/a.5 6-4300,m Hand Plasm Pavm¢ s"S �3b%Ace 9ro2022 321313 19roaoss 321313 u mi-M oa44 IOM11524 OM115D4 wm dMiwoea¢ Z' navarwaea 'J 4501ioncrero Mufor Heod Pfacd ,�^e 45�aLa� dy ine.9mrm Drem eeucwres - e %no.3fi%Au YS, s�ryj�^v� 19/ — 321313 1919'022 32 I1/13a023 321313 19ron022 321313 M. M. Rath -Mu SRM Comxk SRM Covmw oMllso4 45CDse4 45023 5000 Ma nor Hand Plmc sd am Swmues 4 iono�e e P e. sm�m Dr 4501 qq �,((((00113-5"b 45gH2i2121kHLlB'YBfld YiVdly. U 3',v ]b/°Av / ib%Au 35"S�(',3b%Av I10/241— 3z 1313 M0n4aoz4 3:613 11H1111 321313 19roa022 321313 MM.ai �n Mu Ueven RM Conaem anemm oncrna conererc 5350 45N Greta GR Hmd Plazm Pavme 4snnrmre vm /x� yy 450'� L IacelPavme ;3b%Av -6%Ace 1 - b%Av 'Sv..3b%Au 19/9n022 321313 Ma Deven amnl Conorerc 4501 pslLov Me Mufor Havd Planed Pavme -5"S�mo'"I �9/92022 321315 9/9nB22 321313 9;9ao= 3 MU DesP� Ma DeT Ma Connrc�e P Ma aMa TCFW6020AHP TRC4520 4500 Gmmme Mu krHwd Placd Pavmg 5 geGn Hand Plaed can °,� -..-r�H sP�red9c aP 3-5"91)I�&3b%Ace 3-5"5'I iA@3b%Aa 1 ,, 19-2 2uu yy� biuUesmn meOmR iMu vava 2520A101 edPavme sati/i merorxmdVJac�ev 5^ u 5 �yw�3b 10/9n024 321311 Ma Dear Wildca , 4W,. ae fm PlaJcyyyraP m 3-s^Spfu'mO,i-6%A. 19/92022 3211115 �9Nn022 321313 MU DSe5ven� Mu Dea Ifom aTerasm ChadeYr�Concmle SSU120AG 6589 lHlanryd y; 400Jvsil'omm�e Malor Flee n811r avm 4500 Concma Mufor �/' yyr ¢Ilip e % 3-5°S'Iump 3b%An 3-5"H� 3b%Av 9ron022 321313 �sf%QnA Cow own Bed�Mu BRm 3]0-INC 00j{Cavcrete fm H89Yv oracle rmm HE/jpne - 9 36%Av a3b%� 19roen22 313 I I/1 023 32131J IIn9a024 321313 Ma Ueyy Ma Uevm en Ma owv c w M. Es T ONC Ja0-Nc SJSAeSC 12�:sN 45C6 Lm=ran xEs ]SCOWL $ Covaere 6r H63 Pavme (00f SecksConcrole -,SA�i" }s, } Ssn 3b%Av /�/1m�11�3b%Av 1992022 321315 ,y Mink// Hokum-Srl1R. Ncre 2125 ,s(JE/rn'3-davl 50 frn HBS Y�yfO, 3-5" '1-1) 321313 14an023 313 19roa022 313 Ma tM yyv8i� 9moe Marts Mmulu C451DHR-A 1611n0 N10 sa] 45 smefor HEB PSvhI WU' a s yyI rS72 M) I0 4j �ryce'PI'ahm)ecreem�u lbs xes Pavme 3-s"57rhq 3b%Ace 1" b°AAv F0.3 / g45-65%Aa 1=2'3 3 3 u 19roa0z2 313 Ma Ues�m nasals S msmem z6 -12—R Lon 111ww P j ee Vu�// 0}�3 s aoaetr rm Pavme / q3b%Au i-5"'a.3b%Au 19ron022 321313 sTo IConame 45M IJ00 :? 3 Ips�HES Pavm��EH da ':HesP 3-5"S o.3b%Av Clvv 83 eehh Shhro[DlreetT�On CW wrele roach Hlvhr 9/92022 321313 9ron022 321313 9roa022 321313 M D//e+f Mat�h���.' Mu de,ss awn R.N. M�. owv Bad�M.a n miMa 260 360 60� 4000 Cavcrca Mu for %%,� Hlaba Ba, Cvlvera, Headwalls 0 Covcrate MrsfbrQlr Hlabs. Bo. cuhc�a, Headwalls 50J65�s/4aem fork �IUUaa s fduacttraflc ry labs-TXDOT CBm 9-NO PIV Ash Lon �J�'�y��daa bslabs 5"Slo '3b%Av 5'Hlo a:36%Ace 5' S' ❑run02a 3213u 15nrzo223 3 32I3 IJ 14/1 3213 O Ue Ue,sTen Ma Ueven app�gqy Mix Mvnm Monads Manm mm M]s42Ja4 R2 46P33 19-NY /In .Too shdAvomech8l'a6e as 55I (#or weeDxok 601 sar.4s mwre a one rm 1 P/ s'a.3b%Av 3-5 S /nn.45-]5%An h 3-5 l mn 3b°i°°Ace 1 14/15n024 321313 I4/152024 321313 Ma Duren Ma Das�rn NBR my Ma BR Rydv Mu TX 6YY SSO Hmka /4slon MUBroMi (./IassS9leb Pavm¢-NO Pty Ash 450 Hacks/d p�Concmc Mu [or CAaen891ab Pavme 3-5"ma�3b%Av 3-s"S'm Ace I 9ro2022 32l}1} 11113 Ma Des SRM Canoe¢ 0 'B°¢e�ebs 4, rel fweMde eh9W+, Dee491aM1 -'8�/ :3fi%Au I Ji"SIm ,3b°, An Con'erek Bac TrenDDe9ghnn 4/1n023 3416 9ro2022 Malkvm BOfiCw Faeta Bam Mmanal %r�ohch goow K Plowablo.85-115%°Au 5-J" Smm , 3b%An Contr¢Bed Lows Mv4viel —022 833411 Ma Dpv� DDIJe}'e enar�aa�r 01Y690BP P11W-ss03Pe 122'= Mu for Plowable PiO wabm Plowab�lyovp85-115%Av 8`5-I Zs%Ace 19rono22 1-022 19I92022 033413 013413 033413 M. U-en M. em,< (' sae ///�ann `low Town Reds Mhv PwePz 01 Muk9 5015511ff�y} Pm-crs 5 P��vv L'omens for Flow Ie Fmcr3M ]0��ryyyjR�ldowf�bla Fl/OP-�C'IBLµS�M� eh amweble', ,e-12%Atr J 1 11H/412023 033413 MatXamn NBR Rculy Mu FIW FLOW FRL j5'(lyvconlyelWof/R F'I lS9nr 1�-1 S1Y 410 67e FlI lS J-10oSlony/12 /122%, SK-- conameaw �Maa 4/12023 313J 00 14/120u 313]00 Ma Denim Mut%sien Memn Mantua Manm Mamma R2141030 R2146031 4.000pps�Cmsr»efbr tun 4.o01fov Concrercfor mmo 3-5"BrnP:31- 35 S v.3b/°Au 9ro2022 �ro203a6PaWn MMU De n® A¢natmm PSB79 BBa. 216-022 H. I B172 BP B1. 2T-1ee Ba - -B 22 1rz22 9910222 321216 � Ma Dg -2. �PmeI II:.6415n PG2JC%oB 252022 3312 216 aD meft ZZP 06B22 A422 Pee— --ERG )2TmiBus 3076BV42 PG-2Pjj B m Ba2 341moa e 1922 32 12 16 r MU -IT %T 3� 21305(1757) 5>� 311305�cii1ross3 40.A212 211305(1l5])-4-2G��v�FmeBBe CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODIICTS LIST AS OF 09/23/2024 I A.ohauca.6L.mJ � 11 14/12024 32�12�16hD JM�Deu T%BD 344 MACSP-D ]P22XR 344MACSP-D ]0322XR SAGA-R ivce DFme S.nc�e /9nozz PPP��� 9I92022 3 DWS-Pavers Wrnav Bnek TXN !—N—.P. Pavers 3z 1J z0 Dws-Pavm ADnsnwtmns (wummmnn. MAl I I SBkme3ohll ]3 1om—'lswknI 19I92022 3213 tl Dow 8905E B905L-Cold Apphed.Smele Component Silaone JomlSmknt 19Nn022 3213 ]3 eaknt 1-900SL-CoW/� Iid,Sm le Cmnponen4 SLwne Jom[SwWt DSH93 19Nrz022 seaknt Pion msL 300SL-CoWAppliN. Sm� Ap. tSilmonelomtswWt I 19N2022 321J�y]3 Io nl Swlam Cn6o Ra8svo 9Ufaovc RaedBevv S�xconc-Co�Awll<d 5'mek Comomwt 9ixamclomt 9silanl As'IM osam I 19rorz111 3131r'Os 1o0 m o<nEmmbbetlment sSea (Crouch Matmak UuNlryry EEmmbetlment sannd N0 2 3 d ed M33 I I 9nen018 S 928n018 �m 30513 ole Gvv�.leen omNv F-1274-T91 (9rse-32"D.) ASTM A49 AASHTO W06 19282018 330513 ManM1ok Fnmen and Coven Napah Foundry �M Mineral NF-1]43-LM Mmeed)(sme-32"Dk) ASM A48 AASHTO— I 1928/201H 330s 13 Manhole Prime eenah Poandry -30(Siz<-322s^n�al ASM A48 AASHTO M306 I 19aen018 3 1-19 Mannpk Frames and Covaa OZR d�ryy ninA -Ilv Bu<-32^rim) I STfs�-24^Den) I 1-019 33Os�anx sTl=32::Den) M Aae AASIJTD M3u6 10ren0a0 end livers-61@(Fdo�melly Psel lnMen hon wm4eJ Iw elHo43 zvA Bow-3z.u^Den) ASTM As36 AASHTOM906 13/82024 330513 Curb lnle�Covem S@Indusmes++NT 2296T(S.-rrr24-Dw) ASM A48 AASHTOM306 I IbnenOza rvm24 3a0513v.<.tC.:.— m.«e m<.du�..3a.<4 sTN rsu<-2a^ env) ASM Aae AAsxia M306 I D,.,) db«+lm J3 of t3. evy e<.rm.<sI.<e+mnre.exot«mu I Smrm Sewer-Wtt&Shu<mres I1oren02o 3 U...20 3 orenazo 3 33-05-13 P<..p m�' <.r.x xP«re<nuclm e..x< slux«eunay re9w.r.<georm<.rt.rerx.w<..<.x. I I •Ti^^(size-�o•x31 1 r° rs�-lax 4 s1 mrenoao �349 zo _b14-1214-0zaenecasT�Brse-laxasl neTrn c913 I IOreY1020 333920 ..h.1e Poneme FRT-0X4-009-PRECAST-TOP Bmc-4'X41 ASM C913 I 110/8n020 333920 I10/Bn020 33392DManhole 116ren020 33 39 2GManhole 10-20 33920 Manhole Manhole Fonema FRT-0X4-009-PRECAST-BASE (Sua-4'%41 ASM C913 I sX5d10-PRECAsi-TOP fSs-5'Xs1 I - asE (size-s•x 51 I TbX6-011 PRECAST-TOP'—rz 6'X61 ASM 171 no20 33920 32021 34920 enxok whlnku ioe0rouo TfiX6-011-PRECAST-BASE (sis-6'X61 ASM C913 TPG10X3-005-PRECAST MLET�(8�u-10'x31 —m- 13/192021 334920 Curbinku Thompson Ppe Group TPGI5X3-005-PRECAST PlLETr'(Sent-I5'%3) ASM 615 I 13I19n021 334920 Cmblokls npmp<pnP eomup I'Po-20.1--PRECAST MLET'r' few-2aXT1 ASM bIs I D/19noz1 zo 3/19rzoz1 2R J33920 mmme 1< cmp pxpnGmn c-0x4do9-PREcasi roP rsix<-4'x41 asi 1 G-0xo-4o9zRecnsr BASEyrss AST enhok me Group x-a•x41 IS— -4'X 49 TPGSX5-010-PRECAST TOP (Sine-5'%51 ASTM 615 :3/192021 3I192021 3339. M'— Thompson 1. Group TPG5X5-010-PRECAST—(Sae-5'X51 ASTM 615 I 13I192021 333920 3339 Mmhok Mavhnle Thompeov Thnmpmn P�`< Gmuo TPG5X5-012-PRECAST5-FTRISER(S -5'%51 ASTM615 I 61s iPGSX6411-PRECAsi TOP (Size-6'X61 I :13119n021 3/19n02: i0 J33920 Manhnle Menhnk nnmpa PJge �u VV'' TPOSx6-011-PRECAST BASE size-sx61 TM 1 Exrs�-sx61615 3I192021 7'hompsov Pine Omuv TPG]X]-011 PRECAST TOP (Sve-TRTI ASTM 61s 3I192021 333921 Mmhob Thomwon Pmc Caoup TPG]X]dll-PRECAST .—(--IX]1 ASM61s I 13/192021 313920 Mm�hok ThamosonP efvoup IPG-]X]-012-PRECAST 4-Fr RISER!Sine-]'%]1 ASM 615 I 13/19nozl Manhob M I1 13/n21 33920 333920 M n p n ca s(Su-8•x 81 0 39n134920 w T-0xORCAMTSm5X s5 -AASSMM 6611s TPG08RCTMfSaX451) 13/1n21 334920 18282023 3349 10 In023 3 n81023 334910 MaMok -. Oldcamle oaa TPGfi 08-PRECAST MEET (S�u-6'X61 ASM 615 I 4'x 4�e(S.-4X41 xta4mASM G]e II mwen(s�-45'xxaa11 a 0 Bn82023 34910 eMo�lao.11 Box (Sve-H. G]e Pressl6'x 6'81am�Iwuwv Box (Sine-6'X61 ASTMG]B 18282023 334910 Manhak Okkestle Pmas�B'x 8'Sum.lunaian Box Bme (Su-8'X81 ASTM G]8 I 1H26n023 334910 M— oldcmlle 5' x8'Smm�Jancaon Box B.(Ss-5'X81 ASM G]B I Ie128n023 3 Manhole Rmkm Matmals Reinforced 48' Dnm<tm Smead Poonne—[.(Sin-PX41 iM G33 I 33920 larzsnon 3 33920 Hnsrzon 3 3'Rrs<r p moxnn �. R. rsm<-3 FnAS—- 1 .(srse-3 Pn 8n82023 33920 O'x3'Riser me Orwp xw(Sme-3 P11 A9 MC913d6 11/122024 334920 Drop Nkl2 Amer-Pmc &Products Drop Wn(4'X 41 ASTMC913 I III122024 334920 Droo Nk[ Amenrex Pipe 6.Npduck Droo Wrt(5'%5) ASTMC913 I I II19n024 1111933420 Mv AsiM C913 II 1111-24 3 -1< tar cep Mxwuo5— I11//119—n03342 24 34 221 24 49 nFk M.— menTc111. oduux lvopBox M C13 (4o'nhn Ne lop o[6'1B1 131 CC99B AASSMTM 6Precreast III 11/19n024 330N Mle mnier Prorow 8'xe'Smm�o BWoxo m lNwarn Iv9nO24 3 n2a 33a9z0 MMk nixp HmJB) CS rsMo�maI rvorc. Jx-raxmko- ere aPPure4f rMe seer /yarann afrneshvmn @+xp ono, sogr JJPornue n//nrwennne.r.reeareeeconpr-ybre. rvu exr CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODIICTS LIST AS OF 00/21/2024 I Swan Sewer-Pion@Boae.33-os-13 a Dru,ee me v.Dm 1 4Nrzov 111114111 3411 swnn omuee�oe. ummmal.9 eareoea�e�o'Tt ac3moam 0202023 33 41 10 Gwen Box Rmko Maknela Rco6rtta aoeeew Hox Culvm(Su-Vanwu) I10-023 314110 $brm D-Pmes [,T-P, iac@Ptadums Remf4ratl 110-2023 344110110-023 3s4u0 swan Crew:411211243 3 1 334woecw P� ToePno aao,l e�P-(see v.noo.) 1._24 334110 Culvm Boxcen0 emroratlCmcmu Box alum Ierzsna24 3341 Io dorm rneu, emer ao Re,o dC.—ere T.—ana aowe wml emee —va�on.t CFW Lighting Approved Products List CFW Product Name Manufacturer I Manufacturer Product Name & Description Residential -Standard MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Makers Sales and Marketing, LLC Galvanized MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Type 11 Pole Makers Sales and Marketing, LLC Black DB01373(page 1 of 6)-Shoe Base Pole Type 11, Valmont Industries, Inc Galvanized Makers Sales and Marketing, LLC Type 33B, 36" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Type 33B, 36" Rise Simplex 8' Arm, Black Type 33B Arm Valmont Industries, Inc D1301373(page 4 of 6)-Single Arm Type 33B, Galvanized American Electric Lighting, ATBO-P101-Mvolt-R2-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325607 American Electric Lighting, ATBO-P101-Mvolt-R4-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325606 Residential Luminaire American Electric Lighting, ATBO-P101-Mvolt-R2-3K-BK- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325609 American Electric Lighting, ATB0-P101-Mvolt-R4-3K-BK- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325608 McFarland Cascade CREOSOTE 30/35 FOOT TIMBER POLE Timber Pole Bayou Forest Products 30-35' .80 CCA Green Timber Pole Makers Sales and Marketing, LLC Wood Pole Arm, 36" Rise Simplex 8' Arm, Galvanized Wood Pole Arm Makers Sales and Marketing, LLC Wood Pole Arm, 36" Rise Simplex 8' Arm, Black Valmont Industries, Inc D1301373(page 6 of 6)-Wood Pole Arm, Galvanized Arterial -Standard MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Makers Sales and Marketing, LLC Galvanized MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Type 18 Pole Makers Sales and Marketing, LLC Black DB01373(page 2 of 6)-Shoe Base Pole Type 18, Valmont Industries, Inc Galvanized Makers Sales and Marketing, LLC Type 33A, 60" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Type 33A, 60" Rise Simplex 8' Arm, Black Type 33A Arm Valmont Industries, Inc D1301373(page 3 of 6)-Single Arm Type 33A, Galvanized American Electric Lighting, ATBO-P303-Mvolt-R2-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322792 American Electric Lighting, ATBO-P303-Mvolt-R4-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322794 Arterial Luminaire American Electric Lighting, ATBO-P303-Mvolt-R2-3K-BK- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322793 Acuity Brands Lighting, Inc. American Electric Lighting, ATBO-P303-Mvolt-R4-3K-BK- M P-N L-P7-AO-RFD322795 McFarland Cascade CREOSOTE 35/40 FOOT TIMBER POLE Timber Pole Bayou Forest Products 30-35' .80 CCA Green Timber Pole Makers Sales and Marketing, LLC Wood Pole Arm, 60" Rise Simplex 8' Arm, Galvanized Wood Pole Arm Makers Sales and Marketing, LLC Wood Pole Arm, 60" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 5 of 6)-Wood Pole Arm, Galvanized Decorative -Pedestrian Holophane, CLA 10.6(OAL)FT J20P07BK-MOD, AB-31-4 Washington 10' Pole Acuity Brands Lighting, Inc. RFD110736 Holophane, CLA14FT J20DMODC03BK RFD325026, AB- Washington 14' Pole Acuity Brands Lighting, Inc. 16-4 SPEC RFD325026 Holophane, WFCL3 P40 30K MVOLT FC3 NF BK AO PR7 Washington Luminaire Acuity Brands Lighting, Inc. FRGL RFD338699 Washington Globe Holophane, AWDE3 P40 30K MVOLT MS AL3 BK PR7 Luminaire Acuity Brands Lighting, Inc. AO RFD-315548 Oleander Type A Pole Acuity Brands Lighting, Inc. Holophane, PDA 12S5L20POBBK-MOD Oleander Type B Pole Acuity Brands Lighting, Inc. Holophane, PDA20S5L20P08BK-MOD Oleander Type B Arm Acuity Brands Lighting, Inc. Holophane, OHC 151N 2A TN BK Holophane, AUCL2 P40 30K AS BK L3 N P7 AO Oleander Luminaire Acuity Brands Lighting, Inc. RFD338741 Berry 12' Pole Acuity Brands Lighting, Inc. Holophane, RSA 12 50 G12 SC BK AB-26-4 RFD326400 Berry 20' Pole Acuity Brands Lighting, Inc. Holophane, PD20S5J20P11BK RFD338816 Berry Arm Acuity Brands Lighting, Inc. Holophane, VLC 271N 1A TN QSM BK Holophane, GPLF3 P40 30K MVOLT ASY QSM BK PR7 Berry Luminaire Acuity Brands Lighting, Inc. AO SH Banner Arms Acuity Brands Lighting, Inc. Holophane, BA-241N-2A-CO-S4J-BL-075P-BK System Rigid Nonmetallic Schedule 80 Conduit, Meets UL 651 Cantex Inc. specifi cations and NEMA TC2, Rated for 90°C Cable, Sunlight Resistant, 10' Lengths and 20' lengths Rigid Nonmetallic Schedule 80 Electric Conduit, Meets UL 651 specifications, RUS listed, NEMA TC-2 and Heritage Plastics NEMA TC-3, Rated for 90°C Cable, Sunlight & Weather Conduit Resistant PVC Rigid Schedule 80 Conduit, Conforms to UL 651 Atkore-Heritage Plastics and NEMA TC 2, Sunlight Resistant, Listed for 90°C conductors or cable Schedule 80 PVC Rigid Nonmetallic Conduit, Extra Prime Conduit, Inc Heavy Wall EPC-80, Sunlight resistant, Rated for use with 90°C conductors, Meets UL651 Splice Kit With Connector NSi Industries, LLC Gel Stub Splice Kit with Connector, Easy -Splice, ESSLK Series Copper Wire/Conductor Southwire Encore Wire Encore Wire Service Wire Co Advanced Digital Cable Inc Aluminum Wire -Triplex Priority Wire & Cable, Inc Fuse & Fuse Holder Edison Edison Cooper EATON EATON Connector Thomas & Betts Metered Pedestal 120-240V Electrol Systems, Inc WE Manufacturing & Controls Metered Pedestal 240- Electrol Systems, Inc 480V WE Manufacturing & Controls Ground Box Kearneys Photocell Shorting Caps MacLean Highline Oldcastle Type XHHW-2 copper conductor, 600V TYPE XHHW-2 / RW90, copper conductor, Superslick Elite, 600V/1000V THHN / MTW / THWN-2 Copper conductor, 600V Servicepro-X XHHW-2, 600/1,000 Volt Copper, CT Rated XHHW-2 Low Smoke Halogen Free, Cross -linked Polyethylene Insulated 14 AWG-750 MCM, 600 Volts, 90°C Dry and wet Triplex Overhead Aluminum Conductor General Purpose, Midget Class MEN Fuses, Voltage Rating: MEN - 250 VAC, Ampere Rating: 0.5 - 30 Amps, Interrupting Rating: 10,000 RMS Amps @ 125V Modular Ferrule Fuse Blocks for Midget Class and CC Fuses In -line fuse holders for Single -Pole 13/32" x 1 1/2" Fuses HEB-AA Bussmann Series, HEB breakaway and non -breakaway in -line fuse holders for UL 13/32" x 1- 1/2"supplemental fuses Bussmann Series, FNM 13/32" x 1-1/2" 250Vac time - delay supplemental fuses Wire Joints for Copper Conductor, Cat No: 54615, 54620, 54625-TB, 54635, 54640, 54630 TY A (120/240) 100(NS)AL(E)PS(U) TY A 120/240 100(NS)AL(E)PS(U) TY A (240/480) 100(NS)AL(E)PS(U) TY A 240/480 100(NS)AL(E)PS(U) Polymer Concrete, PHA132412X0002: TIER 22 (X) 22, 500lbs Polymer Concrete, H-SERIES UNIT, H1730-24 TIER-22 - TXDOT 2x 1/2" CAPTIVE BOLT - 2x BRASS FLOATING NUT Polymer Concrete, H-SERIES UNIT, H1324-24 TIER-15 - Oldcastle TXDOT 2x 1/2" CAPTIVE BOLT - 2x BRASS FLOATING NUT NSi Industries, LLC Split Bolt Connectors, Copper Split Bolts 2 Wire, N Series Dark To Light, DLL Elite, Electronic Locking, Type Acuity Brands Lighting, Inc. Photocontrol, DLL-127 or DLL-480 Acuity Brands Lighting, Inc. Dark To Light, Part # DSHORT SBK U Interim Products Residential Luminaire ITRASTAR INC. PRA-STR25-3K-120-3-GR-SCL RA-STR10A-3K-120-3-GR-SCL Arterial Luminaire TRASTAR INC.