Loading...
HomeMy WebLinkAboutContract 59281-PM1CSC No. 59281-PM1 PROJECT MANUAL FOR THE CONSTRUCTION OF WATER, STORM DRAIN, PAVING, AND STREET LIGHT IMPROVEMENTS TO SERVE JOEL EAST ROAD, EAST OF CDC IPRC22-0170 City Project No. 104350 FID No. 30114-0200431-104350-EO7685 File NO. K-3030 X-27509 Mattie Parker Jesus "Jay" Chapa Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Lauren Prieur Interim Director, Transportation and Public Works Department Prepared for The City of Fort Worth March 2023 Prepared by: -I rFX�s,,1 Kirnley))) Horn ° a, ............................ * Texas Registered Engineering Firm F-928 CODY BREWER °•°°°°•°°•°•°•••••°••�°•°° s 801 Cherry Street, Suite 1300, Unit 11 e 120254 ° s rt%�% Fort Worth, TX 76102 A` 817.339.2269 OFFICIAL RECORD 07/29/2025 CITY SECRETARY Kimley-Horn No. 061298200 FT. WORTH, TX 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 SECTION 00 0010 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions nn� rfwit tief to Bid efs Last Revised 03 /v�r20/2020 00 41 00 00 42 43 nn� Bid Fe Proposal Form Unit Price Bid Ben nn/n 4 05/22/2019 nn in4 nn� 00 45 12 nn� Bidders n -o,,, alit ,.ation' Prequalification Statement nro,,, A , nn in 4 09/01/2015 in 00 45 26 Bidder alit ,.atio,, ,.plieatio Contractor Compliance with Workers' Compensation Law Tainerity Enterprise 03 0 04/02/2014 00--45 40 00 52 43 Business Goal08/2 Agreement 8 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 1 1 i1 00 72 00 00 73 00 Genera Conditions FlaWo: cntar Ce�� T 07/n�11 0073 10 Standard City Conditions of the Construction Contract for Developer 01/10/2013 Awarded Projects Division 01 - General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 2500 Substitution Procedures 08/30/2013 01 31 19 nib Preconstruction Meeting 08/30/2013 01 3233 Pr-eleetMeetings Preconstruction Video 07i0T 08/30/2013 01 3300 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 6000 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 7123 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02 - Existing Conditions None Division 03 - Concrete None Division 26 - Electrical None Division 31 - Earthwork 33 23 16 Unclassified Excavation 33 23 23 Borrow 3124 00 Embankment Division 32 - Exterior Improvements None Division 33 - Utilities None Division 34 - Transportation None Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: htty://fortworthtexas.2ov/ti)w/contractors/ or httus://apps.fortworthtexas.eov/Proi ectResources/ Division 02 - Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical 260533 Raeeways and Boxes for- Eleetfieal Systems Last Revised 12/20/2012 12/20/2012 02/02/2016 12/20/2012 12/20/2012 12/20/2012 12/20/2012 CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 260543 U-a e,-g-e„m,l D ets R eew Eleetf e.,l Systems f 07/01/2011 02/vz726/2viv� and ays f C-o-,nmur�e4ions f- lt; Duet Conduit 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 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 12/20/2012 1 71 /2 313600 31 37 00 Gabiens Riprap 12/20/2012 Division 32 - Exterior Improvements 32-01 17 n n1`J1�S� g�'�:�'Y1t , ll��lt F 12/20/20 �Q 27� 27� Temporary n !*.v1t 111`Jlxg Repai erete De,.ai 12/20/2n12r �� 12/7 32 1123 Co Paving Flexible Base Courses z 12/20/2012 32 1129 Lime Treated Base Courses 12/20/2012 2 11 ✓a Cement Tfe.,te.l Base Coo-ses 12/20/2012 11 3" Liquid ,i Treated Sol Stabilize 08/7 5 32 1216 27� Asphalt Paving It U.,,,ing !'f 12/20/2012 32 13 13 ek Se.,l.,..,ts Asphalt Concrete Paving 12/20/2012 12/20/2012 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 1373 27� Concrete Paving Joint Sealants D.,,,: 12/20/2012 32 1613 Bf ek Unit t Concrete Curb and Gutters and Valley Gutters 12/20/2012 10/05/2016 32 1723 Pavement Markings 11/22/2013 32 1725 rufb Ad 1,003 Painting 1 1 /04 /2013- �n 13 Chain >;enees and Gates lverees Q'124120z I I 323126 P. 2,9 Wife and Gates Wood>~erees and Goes Q/24120i2 Q/24120z 12 !'pest i Dl.,ee r.,.-,e -ete Retaining Walls 06,105,12018 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012 3293 43 T+ees--md FIruk--z 1 /� "'� I 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 %-paw PuSrr zng ofExisting Sewer- Systems 12/�012 22� T.,i t Bending .,-a Eleet,.;e.,l isel.,tioifl 12/TZTz0/invTt 33 04 (''offesion Gei4fol Test Stations 1'1/7zzr241204-2 3304-12 Magnesium Anode G the l;e Pr-oteetio Syste,,, Q/24120Q 33 04 30 Te,n,.,,,. r-y Water- Seryie07/0T 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of SewerMains i2/�ii 3305 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 3305 12 Water Line Lowering 12/20/2012 CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 104350 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 3305 13 Frame, Cover and Grade Rings — Cast Iron . ea a 01/22/2016 1 / 3305 � 13.10 3305 14 F-Fame, �Grade Rings Composite Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to �n 2/ 12/20/2012 Grade 330 46 Co:.,o7�ce>a Wei 12/ 2 3305 17 0Auger-12/20/2012 22� Concrete Collars T,,,,,,el Liner- 12/20/2012 12/20/2012 Z22� 2 2� 33-03-24 22� Steel !`.,.,ifig D;.,.e LT.,n,1 T,,m el ing I-m-ha1.L16ws of Carrier Pipe in Casing or Tunr-.-Zl 1/iner- Plate TiT.,rkers/Loeet„rs 12/7rz7-202012 12/20/2012 06/19/2 12/7 33 05 30 Utility Location of Existing Utilities z 12/20/2012 33 1105 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 ✓a 11 13 Conefeto Pma`uro Pipe, Baf Tx 7,-apped, Steel Cylin of Type 12/20/2012 11 I' Z2� 2'2� died -Stool Pipo andFittings W.,tef eer-y ees 1 ineh t 2 ;,gel, T af!ge W.,tef Metefs 12/20/2012 02/114/2017 12/7 z 2'2� 22� 12 2f Resilient Seated Gate Valve AWW-A D„hhef Seated Butte, -fly V Brio DIYMing W.,tef Mains Tx7.,te 171 /7 z 12/7 z 02/06/2 33 1230 33 1240 Combination Air- - Valve Assemblies f f Potable f Systefu Fire Hydrants 12/20/2012 01/03/2014 3�-4�39 112/20/2012 data Ezs{�o Ft�at�r � 33 1260 $tanda7d Blow off Valve n ssem b! 06/1 � 3�-' J. 12 Cufod in Place P) 12/'�zr20/2012 .� P. 1�3Eanital�,� Fibefglass U ein f fee,l Pipe for- Or -a ,;t., 1 � 1�Q 33 3? 1 c High Density Polyethylene ('I-PDPE� Pi e—for Eanitar,-Sewer 1'/2z I 333129 U 1.,.,iti. Chlo-;,le (n3'r) Gr-ay;t., EOnita ype 06/1�1 J ✓. Z Pipe 1 � /zzrzvrzviz 2 2 ./� .i �� Sanitafr-:y Se., T ' nurrrccsry-ocvct'� �,1r �1.n1ng r�rtvrtvzz 33 31 z;-, �� � Sanitary Se.:, L t �, Pi�/J �Xlt7�?PI1�711c r T ; e 12/20/2012 rtrivrcvrt /�26/ nvr✓ 0 333179 Sanitary Sewer- Service nneetions and Se,.,;ee Combination Air- . V.,l.,e �6r E�ritary, cewe, > ,.,.,.e >\,r.,� 04 112/7��L 3339 10 Cast -in -Place Concrete Manholes 12/20/2012 33 39 20 333930 Precast Concrete Manholes Fiberglass Manholes les n 12/20/2012 12/20/2012 11 /7�ll�L 0 g 3341 10 Wastewater- eeess Chamber- (WAG) Epe-my T ; e s for- Sanitary Sewer- Stfuetufes Reinforced Concrete Storm Sewer Pipe/Culverts 1 �i /%i2 I 07/01/2011 33 41 11 / r) P1t.QYT11 �r.�t7�v High Density Ue1yethy e, ejI�P,, t`l'11 12/24/20 � �z 33 41 2 33 0 Deinf ,-ee,7 D lyethlene l�TE) Pire �� l 11/1 5 I 1 / I 22� cl„tte,l Ct axvrcc�vc01'n2 �11(1iY.; 07/n1 /2n1 1 mTVTzviz 33 4602 Tfmdh Druins 07 /n T I CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 33 49 10 Cast -in -Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - 3n� Transportation T,.affi. S ,.,...1-7 10/1 5 34 nevi n Ge,.�lle,. C.�n + i�t�'1'1�'11'Ylt �� n acr cr 12/18/2015 r�-rvrzvz� 2n ^�rrrrv02 AtAaA,,1 rxAnt B r,,.elle,Speeif .atien n�0 2 T 34 ^7-7.03 At �1.1TxAnt GSeafe Speeifieatien 01/2012 11 I I -T-rfp�34�,. T, o f Sig 1 s 11 /fin �M ✓ I 11 13 Removing Tra ff e Signals 1 2/7izr20/2012 ?111 11 155 amAula I�pid F�s1'iix � 11 /2gin 34--4-1 16 1R�,zo: i eCt-ect: `an Hybrid 1 1 /7 3 — 34-4120Assemblies �IIIu y :SSa'1at�:S 12/20/2n1 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 ^�nv2 T li-re€w��J' �� Pia' T �assi:xli: � 6/15/2015 0 34 ^�v3 T Reside T �J,�1 P_oa�' .�,ami 06/15/2015 34 -41-39 ��lur.�inias F�r��, 11 /12/2013 �n 3471 13 Traffic Control 11/22/2013 Technical Specifications listed below are TxDOT Specifications Needed for the Construction of the TxDOT Bid Items. See TxDOT Website for Specifications TxDOT Standard Specifications: Adopted by the Texas Department of Transportation November 1, 2014. Standard specifications are incorporated into the contract by reference. Found Online at: ftn://ftn.dot.state.tx.us/nub/txdot-info/des/sDec-book-1114.ndf Item 465 Junction Boxes, Manholes, Inlets Item 467 Safety End Treatment Item 533 Milled Rumble Strips Item 540 Metal Beam Guard Fence Item 544 Guardrail End Treatments CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 104350 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix Page 6 of 6 GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GG-4M Un GG-4.G6- I-laoardeu-rrE-im:a �n�.a1 Gead fie at Site GG6.$6-.D GG 6.00-7 l . _ GC-6.09 Permits and Utilities GG-6.21 Pos3i3c\-�mi-naWn GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised March 20, 2020 00 42 43 DAP - BID PROPOSAL PW I of 5 Engineer's Estimate Project Item Information En9ncer's Estimate Bidlist Item DescriptionSpecification Section Unit of I Bid Unit Price r Estimate No. No. Measure Quantity ! UNIT I: WATER IMPROVEMENTS 1 10241.1012 Remove 6" Water Line 02 41 14 LF 9 $30.00 $270.00 2 0241.1012 Remove 6" Water Valve 02 41 14 EA 1 $1,000.00 $1,000.00 3 0241.1510 Salvage Fire Hydnmt 0241 14 EA 2 $1,000.00 $2,000.00 4 3305.0101 Fire Hydrant Stem Extension 33 05 14 EA 1 $2,500.00 $2,500.00 5 3305.0103 Exploratory Excavation of Exiatinng Utilities 33 0530 EA 1 $2,000.00 $2,000.00 6 3305.0106 Manhole Adjustment, Major 3305 14 EA 3 $2,500.00 $7,500.00 1 7 13305.0109 Trench Safety 33 05 10 Ix 81 $10.00 $810.001 8 13305.0111 Valve Box Adiustment 33 05 14 EA 3 $1,000.00 $3,000.00 9 3305.0116 Concrete Encasement for Utility Pipes 33 05 10 CY 2 $500.00 $1,000.00 10 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 1111 TON 2.1 $7,500.00 $15,750.00 11 3311.0161 6" PVC Water Pipe 33 1112 LF 30 $110.00 $3,300.00 12 3311.0261 8" PVC Water Pipe 33 1112 LF 17 $120.00 $2,040.00 13 3311.0557 16" DIP Water, CLSM Baclfill 33 11 10 LF �. 25 $220.00 $5.500.00' 14 3312.0001 Fire Hydrant 331240 EA 2 $7,500.00 $15,000.00 —� 15 3312.3002 6" Gate Valve 33 12 20 EA 1 $2,000.00 $2,000.001 16 3312.3003 8" Gate Valve 33 12 20 EA 1 $3,000.00 $3,000.00 1 I! 1 TOTAL UNIT I: WATER IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUKUR S- DEVELOPER AWARDED PROJECTS Fora Vmiom May 22, 2019 $66,670.00 F—Mm Bid Foam Conetw 00 42 43 DAP - BID PROPOSAL Page 2 of 5 Engineer's Estimate Project Item Information lingineer's Estimate Bidlist Item Description Specification Sectionl Specification Unit of f Bia i Unit Price Estimate No. ! Measure ` Quantity _ UNIT III: DRAINAGE IMPROVEMENTS 1 0241.0900 Remove Misc Cone Structure 02 41 13 LS 1 $3,500.00 $3,500-00 2 .0241.3201 Remove Storm Sewer Box 02 41 14 LF 95 $75.00 $7,125.00 3 0241.4401 RemoveHeadwall/SET 024114 EA 1 $2,500.00 $2,500.00 4 3137.0101 Concrete Ripran 31 37 00 SY 103 $120.00 $12,360.00 5 3292.0400 Seeding, Hydromulch 32 92 13 SY 2384.41 $4.00 $9,537.64 6 3305.0109 Trench Safety 33 05 10 LF 839 $4.00 $3,356.00 7 3341.0201 21" RCP, Class III 3341 10 LF 78 $95.00 $7,410.00 8 3341.0205 24" RCP, Class III 3341 10 LF 48 $105.00 $5,040.00 9 3341.0309 36" RCP, Class III 3341 10 LF 68 $155,00 $10,540.00 10 3341.1002 3x3 Box Culvert 3341 10 LF 288 $275.00 $79,200.00 11 3341.1102 4x3 Box Culvert 3341 10 LF 501 $300.00 $150,300.00 12 3349.0002 5' Storm Junction Box 33 49 10 EA 1 $8,500.00 $8,500.00 13 3349.0003 6' Storm Junction Box 33 49 10 EA 2 $10,500.00 $21,000.00 14 3349.6001 10' Recessed Inlet 33 49 20 EA { 4 $6,200.00 $24,800.00 15 465-6532 TXDOT 8' Storm Junction Box (precast) TxDOT 465 EA 1 $18,500.00 $18,500.00 16 467-6221 TXDOT Safety End Treatment SETB-PD TXDOT 467 EA 1 $16,500.00 $16,500.00 TOTAL t,N1T III: DRAINAGE IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION OOCUMENTS - DEVELOPER AWARDED PROIECrs Form VersiDa May 22, 2019 $380,168.64 FiadDo= Bid Form CozW= Engineer's Estimate Project Item Information Bidtist Item I Specification Section Unit of Bid No. Description No. Measure Quantity 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 UNIT IV: PAVING IMPROVEMENTS 0171.0101 Construction Staking 01 71 23 LS 024LI000 Remove Cone Pvmt 0241 15 SY 0241.1100 Remove Asphalt Pvmt 0241 15 SY 0241.1300 Remove Cone Curb&Gutter 3110.0101 SiteClearino 3110.0102 6"-12" Tree Removal 3110,0103 12"-18" Tree Removal 3123.0101 Unclassified Excavation by Plan 3123,0103 Borrow by Plan 3124.0101 Embankment by Plan 3125.0101 SWPPP > 1 acre 3211.0111 4" Flexible Base, Tvpe A, GR-1 3211.0400 Hvdrated Lime 3211.0502 8" Lime Treatment 3212.0304 4" Asohalt Pvmt Type D 3212.0504 7" Asphalt Base Type B 3213.0105 10" Cone Pvmt (4,000 PSI) 3213.0301 4" Cone Sidewalk 3213.0311 4" Cone Si dewalk,Adjacent to Curb 3213.0403 8" Concrete Driveway 3217.0002 4" SLD Pvmt Marlang HAS (Y) 3217.0004 4" BRK Pvmt Marlanp HAS (Y) 3217.0106 6" SLD Pvmt Markin Tape (Y) 3217.0401 18" SLD Pvmt Markin HAE (Y) 3217.2103 REFL Raised Marker TY II -A -A 3291.0100 Topsoil 3292.0100 Block Sod Placement 3471.0001 Traffic Control 533-6003 Rumble Strips (Shoulder) Asphalt 540-6002 Metal Beam Guard Rail - 540-6005 Terminal Anchor Section 544-6001 Guard Rail End Treatment (Install) 0241 15 31 1000 311000 31 1000 3123 16 312323 312400 31 25 00 3211 23 3211 29 3211 29 3212 16 132 12 16 132 13 13 32 13 20 32 13 20 32 13 20 32 17 23 32 1723 32 1723 321723 32172.3 3291 19 3292 13 3471 13 TxDOT 533 TxDOT 540 TxDOT 544 TxDOT 544 LF LS EA EA CY CY CY IS SY TN SY SY SY SY SF SF SF LF LF LF LF EA CY SY MO LF LF EA EA 00 42 43 DAP - BIDPROPOSAL Page 3 of 5 Engineer's Estimate Unit Price f Estimate 11 $52,500.00 $52,500.00 26i $40.00 $1,040.00 2673, $12.00 $32,076.00 13 $30.00 $390.00 1 $7,500.00 $7,500.00 4 $1,500.00 _ $6,000.00 1 $4.500.00 $4,500.00 95 $30.00 $2,850.00 1898 $40.00 $75,920.00 95 $20.00 $1,900.00 1 $15,500.00 $15,500.00 605 $24.00 $14,520.00 101 $275.00 $27,775.00 3737 $6.00 $22,422.00 654 $40.00 _ $2660.00 654 $70.00 $45,780.00 3115 $132.00 $411,180.00 7406 $5.50 $40,733.00 3712 $5.75 $21,344.00 5155 $11.50 $59,282.50 1597 $4.00 $6,388.00 1597 $3.00 $4,791.00 651 $5.00 $3,255.00 57 $20.00 $1,140.00 40 $6.00 $240.00 201 $28.00 $5,628.00 2409 $8.00 $19,272.00 12 $1,500.00 $18,000.00 204 $40.00 7 $8,160.00 214 $50.00 $10,700.00 1 $1,500,00 $1,500.00 1 $6,000.00' $6,000.00 TOTAL UNIT IV: PAVIN ; IMPROVEMENTS CRY OF FORT WORTH STANDARD CONSTRUMON SPECEFICATION DOCUMEPM - DEVELOPER AWARDED PROJECFS Form Venion May 22, 2019 $954,446.50 Finally a Bid From Caner 00 42 43 DAP - BID PROPOSAL Page 4 of 5 Engineer's Estimate Project Item Information Engineer's Estimate Bidlist Item Specification Section Unitof Bid No. Description No. Measure Quantity Unit Price Estimate LIGHTING IMPROVEMENTS 1 3441.3050 FurnisUnst" LED Lighting FixWm (10 watt ATBO Cobra Head) 34 41 20 EA 5 $750.00 $3,750.00 2 3441.3323 Furnish4nmU S' Wood Liebt Polc Arm 34 41 20 EA 5 $1,200.00 $6,000.00 LIGHTIN 7 IMPROVEMENTS $9,760.00 CrrY OFFORT WORTH STANDARD CONSTRLIMON SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROIECIS Foam Yawn May 22, 2019 FimlDou_Bid Form Coa=a Engineer's Estimate Project Item Information IBidlist Item Description No. 00 42 43 DAP . BID PROPOSAL Page 5 of 5 Engineers Estimate Specification Section Unit of Bid Unit Price No. Measure Quantity , Bid Summary UNIT is WATER IMPROVEMENTS UNIT III: _DRAINAGE IMPROVEMENTS _ UNIT IV: PAVING IMPROVEMENTS LIGHTING IMPROVEMENTS This Bid is submitted by the entity named below: BIDDER: Conatser Construction TY, L.P. 5327 Wichita St Fort Worth TX 76119 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided In the General Conditions. - F Total Construction Bid BY: Brock Huggins t TITLE: President DATE: END OF SECTION Estimate $66,670.00 $380,168.64 $954,446.50 $9,750.00 $1,411,035.14 100 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS . DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 FioalDom—Bid Farm Conataer 0045 12 DAP PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 4512 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maior Work Tvpe" box provide the complete maior work tvpe and actual description as provided by the Water Department for water and sewer and TPW for pavinp-. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Transmission, Conatser Construction TX, L.P. 04/30/2026 Development, 24-inches and smaller Concrete Paving Construction, Reconstruction (Less than 15,000 square yards Asphalt Paving Construction, Reconstruction (Less than 15,000 square yards) Roadway and Pedestrian Lighting Conatser Construction TX, L.P. 11/14/2026 Conatser Construction TX, L.P. 11/14/2026 Conatser Construction TX, L.P. 1/31/2026 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Conatser Construction TX, L.P. 5327 Wichita Street Fort Worth, TX 76119 BY: Brock Huggins �ture) TITLE: President DATE: END OF SECTION CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — (PA6A) STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT —DEVELOPER AWARDED PROJECTS City Project No. 105665 Form Version September I, 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 cal 38 39 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 104231. 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: Cyr tS r Wr)stru Cki Q-) -TX, I.PBy: E1'zx,411- ttLti Company (Please Prin Address -V\10V1 It TX -1(011<? City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § Signature: 00 Title: P�—es-I d er)t- (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared k � eYYX,q J I as , 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 CCT X . L P for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this f day of —ju n c 20�? KATHERINE ROSE NOTAWPUBLIC, STATE OFTEXAS Notary Public in and for the State of Texas Io# 133467933 COMM. M. 11-30-2026. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 Joel East Road, East of CDC CPN 104350 005243-1 Developer Awarded Project Agreement Page 1 of 4 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on 611812025 is made by and between the Developer, 4 (Carter Park East Land, LLC), authorized to do business in Texas ("Developer") , and 5 Conatser Construction TX, L.P. , authorized to do 6 business in Texas, acting by and through its duly authorized representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 WATER, STORM DRAIN, PAVING, AND STREET LIGHT IMPROVEMENTS TO SERVE 16 JOEL EAST ROAD. EAST OF CDC 17 CPN 104350 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 100 working days after the date 24 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 25 City Conditions of the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer 28 will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 30 the Standard City Conditions of the Construction Contract for Developer Awarded 31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 33 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 Developer One Thousand Two Hundred Fifty Dollars and Zero Cents, ($1,250.00) for 36 each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until 37 the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Joel East Road, East ofCDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised June 16, 2016 005243-2 Developer Awarded Project Agreement Page 2 of 4 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract One Million 40 Documents an amount in current funds of ourten ccentsur hundred eleven thousand, thirty five and Dollars 41 ($1,411,035.14 1. 42 Article 5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 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 75 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 Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of 4 76 Article 6. INDEMNIFICATION 77 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 78 expense, the city, its officers, servants and employees, from and against any and all 79 claims arising out of, or alleged to arise out of, the work and services to be performed 80 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 81 under this contract. This indemnification provision is snecificallv intended to onerate 82 and be effective even if it is alleged or nroven that all or some of the damages being 83 sought were caused. in whole or in part, by anv act. omission or negligence of the citv. 84 This indemnity provision is intended to include, without limitation, indemnity for 85 costs, expenses and legal fees incurred by the city in defending against such claims and 86 causes of actions. 87 88 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 89 the city, its officers, servants and employees, from and against any and all loss, damage 90 or destruction of property of the city, arising out of, or alleged to arise out of, the work 91 and services to be performed by the contractor, its officers, agents, employees, 92 subcontractors, licensees or invitees under this contract. This indemnification 93 provision is specifically intended to operate and be effective even if it is alle eg d or 94 proven that all or some of the damages being sought were caused, in whole or in Dart,, 95 by anv act, omission or negUi ence of the citv. 96 97 Article 7. MISCELLANEOUS 98 7.1 Terms. 99 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 100 the Construction Contract for Developer Awarded Projects. 101 7.2 Assignment of Contract. 102 This Agreement, including all of the Contract Documents may not be assigned by the 103 Contractor without the advanced express written consent of the Developer. 104 7.3 Successors and Assigns. 105 Developer and Contractor each binds itself, its partners, successors, assigns and legal 106 representatives to the other party hereto, in respect to all covenants, agreements and 107 obligations contained in the Contract Documents. 108 7A Severability. 109 Any provision or part of the Contract Documents held to be unconstitutional, void or 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 111 remaining provisions shall continue to be valid and binding upon DEVELOPER and 112 CONTRACTOR. 113 7.5 Governing Law and Venue. 114 This Agreement, including all of the Contract Documents is performable in the State of 115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 116 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised June 16, 2016 117 118 7.6 Authority to Sign. 119 120 121 122 123 124 125 126 127 005243-4 Developer Awarded Project Agreement Page 4 of 4 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"). Carter Park East Land, LLC, a Delaware limited liability Contractor: CLY�QiS -'cam"1S-r�Uc -�-Vxtw IX'e t`�U Ins (Printed Name) Developer: company Bv: Carter East Investor. L.LC., a Delaware limited liability company, its managing member By:;; (Signat.lure) Matthew F. Cniter (Printed Name) Title: Pt-eslder fi Title: Vice President Company Name: �}C,�,:fit r Company name: Crow Holdings Capital Address: �i51 r j �i�`1 Cry -rX i LP Address: 3819 Maple Avenue _�r33.-7 vtiiCYi iCQ -St City/State/Zip:FO+} V-k' ,-tX-1p1)q qi!y/State/Zip: Dallas, TX 75219 06/20/25 Date Is Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised June 16, 2016 Joel East Road, East of CDC CPN 104350 Bond No. 0269024 0062 19. 1 MAIN­rENANCE 80ND Page I of 3 1 SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we Conatser Construction TX, L.P. , known as 8 "Principal" herein and Berkley Insurance Company a corporate surety 9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Carter 11 Park East Land, LLC, authorized to do business in Texas ("Developer") and the City of Fort 12 Worth, a Texas municipal corporation ( `City" ), in the sum One Million, Four Fltmdred Eleven Thousand, 13 of Thirtv Five and 14/100----------------------------- Dollars ($ 1,411,035.14 ), 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment 15 of which sum well and truly be made jointly unto the Developer and the City as dual obligees and 16 their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, 17 jointly and severally, firmly by these presents. 18 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement, CFA Number 22-0147 ;and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the 19 day of June 20�, which Contract is 24 hereby ref&red to and a made part hereof for all purposes as if fully set f6rth herein, to furnish all 25 materials, equipment labor and other accessories as defined by law, in the prosecution of the 26 Work, including any Work resulting from a duly authorized Change Order (,collectively herein, 27 the "Work") as provided for in said Contract and designated as WATER, STORMDRAIN, 28 PAYING, AND STREET LIGHT IMPROVEMENTS TO SERVE JOEL EAST ROAD, EAST OF 29 CDC; and 30 31 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 32 accordance with the plans, specifications and Contract Documents that the Work is and will 33 remain free from defects in materials or workmanship for and during the period of two (2) years 34 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised January 31, 2012 1 2 3 4 S 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 006219-2 MAINTENANCE BOND Page 2 of 3 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the Developer and/or City of the need thereof at any time within the Maintenance Period. NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by Developer or City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the Developer or City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CrrY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Joel East Road, Past of CDC CPN 104350 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 19 day of June 3 20 25 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2I 22 23 24 25 26 27 28 29 30 31 32 33 -34 35 36 37 38 39 40 41 42 ATTEST: (Principal) dSecretarj Witness as to Principal PRINCIPAL: Conatser Construction TX, L.P. BY: Signature dr Brock Huggins, President Name and Title Address: 5327 Wichita St. _Fort Worth. TX 76119 SURETY: Berkley Insurance Company Signature Robbi Morales, Attornev-in-fact ATTEST: Name and Title Address: 5005 LBJ Freeway, Suite 1400 (Sure ) Secretary Dallas, TX 75244 Witn ss as to Surety TElephone Number: 24/989-0000 *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 Joel East Road. East of CDC STANDARD CITY CONDPTIONS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised January 31, 2012 No. BI-72801 POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE t, KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly a3 organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell; Sophinie Hunter; x .� Robbi Morales; Kelly A. Westbrook; Tina McEwan; Joshua Saunders; Tonie Petranek; or Mikaela Peppers of Aon Risk Services Southwest, Inc. of Dallas, TX its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below ' and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty '~ Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the o same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. a E This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, owithout giving effect to the principles of conflicts of laws thereof. This Power of Attorxey is granted pursuant to the following > resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010: s~ •� o RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief 0 o Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant cs Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney -in -fact named therein o to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the i i corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such o a attorney -in -fact and revoke any power of attorney previously granted; and further Q y RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, .. ea or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the L manner and to the extent therein stated; and further > RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attomey-in-fact named; and fl further 0 bb RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as cu though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have °c ceased to be such at the time when such instruments shall be issued. wIN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its o corporate seal hereunto affixed this 2"d day of Mav 2024 _ o en Attester Berkey Inurance Company a l�y_� laL - (Sea) By o �" Philip S.' Al►elt � 7e. M� c Executive Vice President & Secretary Senior Vice. President STATE OF CONNECTICL T ) Q COUNTY OF FAIRFIELD ) o Sworn to before me, a Notary Public in the State of Connecticut: this 2fd day of Mav 2024 , by Philip S. Welt and N 0 3efErey M. Hafter who are sworn to me to be the Executive Vice President and Secretary, and the Senior Vice President, o respectively, of Berkley Insurance Company. s MAM C. FtL NDBAKEN >, Cs NOTARY PUffi7G Notary Public, State of Connecticut OONNE C71'CLIT o WCOMMI6 "E )PIRES 04-30-2= CERTIFICATE C7 'a3 L the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a p true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescio ded 7 ti and that the authority of the Attorney -in -Fact set fords therein, who executed the bond or undertaking to which this Power of f� Attorney is attached, is in full force and effect as of this date. 3 Given under my hand and seal of the Company, this day of (Seal) f ^ l {i.—=>•''. '' Vincent P_ Forte IMPORTANT NOTICE To obtain information or make a complaint: You may call Berkley Surety Group, LLC and its affiliates by telephone for information or to make a complaint: BERKLEY SURETY GROUP, LLC Please send all notices of claim on this bond to: Berkley Surety Group, LLC (866) 768-3534 412 Mount Kemble Avenue, Suite 310N Morristown, NJ 07960 Attn: Surety Claims Department 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: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection6d�tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Berkley Surety Group, LLC first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Article 1 — Definitions and Terminology.......... 1.01 Defined Terms ............................... 1.02 Terminology .................................. Article 2 — Preliminary Matters ....................... 2.01 Before Starting Construction...... 2.02 Preconstruction Conference........ 2.03 Public Meeting ............................ Page .............................................1 .............................................1 ............................................. 5 ....................................................... 6 ....................................................... 6 ....................................................... 6 ....................................................... 6 Article 3 — Contract Documents and Amending............................................................................................... 6 3.01 Reference Standards..................................................................................................................... 6 3.02 Amending and Supplementing Contract Documents.................................................................. 6 Article 4 — Bonds and Insurance....................................................................................................................... 7 4.01 Licensed Sureties and Insurers..................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds........................................................................ 7 4.03 Certificates of Insurance............................................................................................................... 7 4.04 Contractor's Insurance.................................................................................................................. 9 4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12 Article 5 — Contractor's Responsibilities........................................................................................................12 5.01 Supervision and Superintendent.................................................................................................12 5.02 Labor; Working Hours................................................................................................................13 5.03 Services, Materials, and Equipment...........................................................................................13 5.04 Project Schedule..........................................................................................................................14 5.05 Substitutes and "Or-Equals".......................................................................................................14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors).....................................16 5.07 Concerning Subcontractors, Suppliers, and Others...................................................................16 5.08 Wage Rates..................................................................................................................................18 5.09 Patent Fees and Royalties...........................................................................................................19 5.10 Laws and Regulations.................................................................................................................19 5.11 Use of Site and Other Areas.......................................................................................................19 5.12 Record Documents......................................................................................................................20 5.13 Safety and Protection.................................................................................................................. 21 5.14 Safety Representative.................................................................................................................21 5.15 Hazard Communication Programs.............................................................................................22 5.16 Submittals....................................................................................................................................22 5.17 Contractor's General Warranty and Guarantee..........................................................................23 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ............................................ 5.19 Delegation of Professional Design Services 5.20 Right to Audit: ............................................. 5.21 Nondiscrimination ........................................ Article 6 - Other Work at the Site....... 6.01 Related Work at Site ....... Article 7 - City's Responsibilities ............................................ 7.01 Inspections, Tests, and Approvals ....................... 7.02 Limitations on City's Responsibilities ................ 7.03 Compliance with Safety Program ........................ Article 8 - City's Observation Status During Construction....... 8.01 City's Project Representative ................................. 8.02 Authorized Variations in Work .............................. 8.03 Rejecting Defective Work ...................................... 8.04 Determinations for Work Performed ...................... Article 9 - Changes in the Work ...................... 9.01 Authorized Changes in the Work 9.02 Notification to Surety ................... Article 10 - Change of Contract Price; Change of Contract Time 10.01 Change of Contract Price ........................................... 10.02 Change of Contract Time ........................................... 10.03 Delays......................................................................... Article 11 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ............ 11.01 Notice of Defects.............................................................................................................. 11.02 Access to Work................................................................................................................. 11.03 Tests and Inspections........................................................................................................ 11.04 Uncovering Work............................................................................................................. 11.05 City May Stop the Work................................................................................................... 11.06 Correction or Removal of Defective Work...................................................................... 11.07 Correction Period.............................................................................................................. 11.08 City May Correct Defective Work................................................................................... Article 12 - Completion ........................................... 12.01 Contractor's Warranty of Title ............ 12.02 Partial Utilization ................................. 12.03 Final Inspection .................................... 12.04 Final Acceptance .................................. Article 13 - Suspension of Work ..................................... 13.01 City May Suspend Work ............................. Article 14 - Miscellaneous ......................................... 14.01 Giving Notice ......................................... CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 24 24 25 25 26 26 26 26 26 27 a a ... 29 ... 29 ... 29 ... 29 ... 30 ... 30 ... 30 ... 30 ... 31 ................................. 32 ................................. 32 ................................. 32 ................................. 32 ................................. 33 ............................................................. 33 ............................................................. 33 34 34 14.02 Computation of Times................................................................................................................ 34 14.03 Cumulative Remedies................................................................................................................. 34 14.04 Survival of Obligations...............................................................................................................35 14.05 Headings......................................................................................................................................35 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract —The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents —Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions in. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. 11. Day or day —A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer — An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements —A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non -Participating Change Order —A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order —A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans — See definition of Drawings. 24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 25. Project —The Work to be performed under the Contract Documents. 26. Project Representative —The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours — Hours beginning at 7: 00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of apart of the Work at the Site. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non -Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p. m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non -Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4 — BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either parry or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 I 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 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 b. Each Occurrence:: None 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑ Required for this Contract. (Check this box if there is any City Participation) ® 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 1 Ith day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 — CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. Developer/Contractor. City will forward all invoices for retests to 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 — MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given i£ 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 011100-1 DAP SUMMARY OF WORK Page 1 of 3 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104350 Revised December 20, 2012 011100-2 DAP SUMMARY OF WORK Page 2 of 3 I 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 Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104350 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] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104350 Revised December 20, 2012 SECTION 0125 00 SUBSTITUTION PROCEDURES PART 1-GENERAL 1.1 SUMMARY A. Section Includes: 01 25 00 - 1 DAP SUBSTITUTION PROCEDURES Page 1 of 5 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised August 30, 2013 012500-2 DAP SUBSTITUTION PROCEDURES Page 2 of 5 a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 5 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. 4. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer's opinion, acceptance will require substantial revision of the original design d. In the City's or Developer's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised August 30, 2013 012500-4 DAP SUBSTITUTION PROCEDURES Page 4 of 5 Revision Log DATE NAME SUMMARY OF CHANGE EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATF- We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised August 30, 2013 012500-5 DAP SUBSTITUTION PROCEDURES Submitted By: Signature qs noted Firm Date Telephone For Use by City: _Approved _ Rejected City For Use by City Recommended Not recommended Remarks Address Date Date Page 5 of 5 Recommended Received late LM CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised August 30, 2013 SECTION 01 31 19 PRECONSTRUCTION MEETING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 01 31 19 - 1 DAP PRECONSTRUCTION MEETING Page I of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised August 30, 2013 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals in. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised August 30, 2013 01 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised August 30, 2013 01 32 33 - 1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 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 Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised August 30, 2013 SECTION 0133 00 DAP SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 DAP SUBMITTALS Page I of 8 1. General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised August 30, 2013 013300-2 DAP SUBMITTALS Page 2 of 8 c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal crossreference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 1 CI 11 1: C 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 %2 inches x 11 inches to 8 %2 inches x l linches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised August 30, 2013 013300-3 DAP SUBMITTALS Page 3 of 8 b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised August 30, 2013 013300-4 DAP SUBMITTALS Page 4 of 8 a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare - parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised August 30, 2013 013300-5 DAP SUBMITTALS Page 5 of 8 a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised August 30, 2013 013300-6 DAP SUBMITTALS Page 6 of 8 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non- conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised August 30, 2013 0135 13- 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 — General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 25 1.2 REFERENCES 26 A. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification, unless a date is specifically cited. 30 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 31 High Voltage Overhead Lines. 32 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 33 Specification 34 1.3 ADMINISTRATIVE REQUIREMENTS 35 A. Coordination with the Texas Department of Transportation 36 1. When work in the right-of-way which is under the jurisdiction of the Texas 37 Department of Transportation (TxDOT): 38 a. Notify the Texas Department of Transportation prior to commencing any work 39 therein in accordance with the provisions of the permit CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised August, 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 0135 13-2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 013 1 13 E. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised August, 30, 2013 0135 13 - 3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 2. Coordinate any event that will require connecting to or the operation of an existing 2 City water line system with the City's representative. 3 a. Coordination shall be in accordance with Section 33 12 25. 4 b. If needed, obtain a hydrant water meter from the Water Department for use 5 during the life of named project. 6 c. In the event that a water valve on an existing live system be turned off and on 7 to accommodate the construction of the project is required, coordinate this 8 activity through the appropriate City representative. 9 1) Do not operate water line valves of existing water system. 10 a) Failure to comply will render the Contractor in violation of Texas Penal 11 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 12 will be prosecuted to the full extent of the law. 13 b) In addition, the Contractor will assume all liabilities and 14 responsibilities as a result of these actions. 15 F. Public Notification Prior to Beginning Construction 16 1. Prior to beginning construction on any block in the project, on a block by block 17 basis, prepare and deliver a notice or flyer of the pending construction to the front 18 door of each residence or business that will be impacted by construction. The notice 19 shall be prepared as follows: 20 a. Post notice or flyer 7 days prior to beginning any construction activity on each 21 block in the project area. 22 1) Prepare flyer on the Contractor's letterhead and include the following 23 information: 24 a) Name of Project 25 b) City Project No (CPN) 26 c) Scope of Project (i.e. type of construction activity) 27 d) Actual construction duration within the block 28 e) Name of the contractor's foreman and phone number 29 f) Name of the City's inspector and phone number 30 g) City's after-hours phone number 31 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 32 A. 33 3) Submit schedule showing the construction start and finish time for each 34 block of the project to the inspector. 35 4) Deliver flyer to the City Inspector for review prior to distribution. 36 b. No construction will be allowed to begin on any block until the flyer is 37 delivered to all residents of the block. 38 G. Public Notification of Temporary Water Service Interruption during Construction 39 1. In the event it becomes necessary to temporarily shut down water service to 40 residents or businesses during construction, prepare and deliver a notice or flyer of 41 the pending interruption to the front door of each affected resident. 42 2. Prepared notice as follows: 43 a. The notification or flyer shall be posted 24 hours prior to the temporary 44 interruption. 45 b. Prepare flyer on the contractor's letterhead and include the following 46 information: 47 1) Name of the project 48 2) City Project Number CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised August, 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 0135 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. H. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. I. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. J. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. K. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised August, 30, 2013 0135 13 - 5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 DATE NAME 8/31/2012 D. Johnson END OF SECTION Revision Log SUMMARY OF CHANGE 1.3.B — Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised August, 30, 2013 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 01 35 13 -6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised August, 30, 2013 2 3 4 0135 13 - 7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 EXHIBIT B FORT WORTH Daft: DOE NO. xxxx Project !lame: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised August, 30, 2013 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another form of distribution approved by the City. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised March 20, 2020 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Removed reference to Buzzsaw and noted that electronic submittals be uploaded 03/20/2020 D.V. Magana through the City's document management system. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised March 20, 2020 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART 1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised JULY 1, 2011 015000-2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 c. Coordination 1) Contact City 1 week before water for construction is desired d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised JULY 1, 2011 015000-3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised JULY 1, 2011 015000-4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised JULY 1, 2011 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised July 1, 2011 015526-2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised July 1, 2011 015526-3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised July 1, 2011 0157 13 - 1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 01 5713 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised July 1, 2011 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 3926088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 01 33 00, except as stated herein. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised July 1, 2011 015713-3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised July 1, 2011 01 60 00 DAP PRODUCT REQUIREMENTS Pagel of 2 SECTION 0160 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City's website at: httt)s:Hapes.fortworthtexas.2ov/ProiectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. C. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. D. See Section 0133 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised March 20, 2020 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 4/7/2014 M.Domenech Revised for DAP application Removed reference to Buzzsaw and noted that the City approved products list is 03/20/2020 D.V. Magana accessible through the City's website. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised March 20, 2020 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised April 7, 2014 016600-2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised April 7, 2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE I NAME I SUMMARY OF CHANGE CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised April 7, 2014 016600-4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised April 7, 2014 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART 1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised April 7, 2014 017000-2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 b) Stand-by or idle time c) Lost profits Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised April 7, 2014 017000-3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised April 7, 2014 017000-4 DAP MOBILIZATION AND REMOBILIZATION 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application Page 4 of 4 CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised April 7, 2014 017123-1 CONSTRUCTION STAKING AND SURVEY Paget of 8 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. See Changes (Highlighted in Yellow). 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 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 A. Measurement and Payment 1. Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Construction Staking". 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: 1) Verification of control data provided by Developer's Project Representative. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As -Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As -Built Survey". CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised February 14, 2018 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1 2) Payment for "As -Built Survey" shall be made in partial payments prorated 2 by work completed compared to total work included in the lump sum item. 3 c. The price bid shall include, but not be limited to the following: 4 1) Field measurements and survey shots to identify location of completed 5 facilities. 6 2) Documentation and submittal of as -built survey data onto contractor redline 7 plans and digital survey files. 8 9 1.3 REFERENCES 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 A. Definitions 1. Construction Survev - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survev —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survev "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 0171 23.16.01— Attachment A —Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 33 1.4 ADMINISTRATIVE REQUIREMENTS 34 A. The Contractor's selection of a surveyor must comply with Texas Government 35 Code 2254 (qualifications based selection) for this project. 36 1.5 SUBMITTALS 37 A. Submittals, if required, shall be in accordance with Section 0133 00. 38 B. All submittals shall be received and reviewed by the City prior to delivery of work. 39 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 40 A. Field Quality Control Submittals 41 1. Documentation verifying accuracy of field engineering work, including coordinate 42 conversions if plans do not indicate grid or ground coordinates. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised February 14, 2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1 2. Submit "Cut -Sheets" conforming to the standard template provided by the City 2 (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). 3 1.7 CLOSEOUT SUBMITTALS 4 B. As -built Redline Drawing Submittal 5 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 6 constructed improvements signed and sealed by Registered Professional Land 7 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A 8 — Survey Staking Standards) . 9 2. Contractor shall submit the proposed as -built and completed redline drawing 10 submittal one (1) week prior to scheduling the project final inspection for City 11 review and comment. Revisions, if necessary, shall be made to the as -built redline 12 drawings and resubmitted to the City prior to scheduling the construction final 13 inspection. 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE 16 A. Construction Staking 17 1. Construction staking will be performed by the Contractor. 18 2. Coordination 19 a. Contact City and Developer's Project Representative at least one week in 20 advance notifying the City of when Construction Staking is scheduled. 21 b. It is the Contractor's responsibility to coordinate staking such that 22 construction activities are not delayed or negatively impacted. 23 3. General 24 a. Contractor is responsible for preserving and maintaining stakes. If 25 Developer's Project Representative is required to re -stake for any reason, the 26 Contractor will be responsible for costs to perform staking. If in the opinion of 27 the City, a sufficient number of stakes or markings have been lost, destroyed 28 disturbed or omitted that the contracted Work cannot take place then the 29 Contractor will be required to stake or re -stake the deficient areas. 30 B. Construction Survey 31 1. Construction Survey will be performed by the Contractor. 32 2. Coordination 33 a. Contractor to verify that horizontal and vertical control data established in the 34 design survey and required for construction survey is available and in place. 35 3. General 36 a. Construction survey will be performed in order to construct the work shown 37 on the Construction Drawings and specified in the Contract Documents. 38 b. For construction methods other than open cut, the Contractor shall perform 39 construction survey and verify control data including, but not limited to, the 40 following: 41 1) Verification that established benchmarks and control are accurate. 42 2) Use of Benchmarks to furnish and maintain all reference lines and grades 43 for tunneling. 44 3) Use of line and grades to establish the location of the pipe. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 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 4) Submit to the City copies of field notes used to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable 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 CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 1 a) Rim and flowline elevations and coordinates for each manhole 2 2) Water Lines 3 a) Cathodic protection test stations 4 b) Sampling stations 5 c) Meter boxes/vaults (All sizes) 6 d) Fire hydrants 7 e) Valves (gate, butterfly, etc.) 8 f) Air Release valves (Manhole rim and vent pipe) 9 g) Blow off valves (Manhole rim and valve lid) 10 h) Pressure plane valves 11 i) Underground Vaults 12 (1) Rim and flowline elevations and coordinates for each 13 Underground Vault. 14 3) Sanitary Sewer 15 a) Cleanouts 16 (1) Rim and flowline elevations and coordinates for each 17 b) Manholes and Junction Structures 18 (1) Rim and flowline elevations and coordinates for each 19 manhole and junction structure. 20 4) Stormwater — Not Applicable 21 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY 24 PART 2 - PRODUCTS 25 A. A construction survey will produce, but will not be limited to: 26 1. Recovery of relevant control points, points of curvature and points of intersection. 27 2. Establish temporary horizontal and vertical control elevations (benchmarks) 28 sufficiently permanent and located in a manner to be used throughout construction. 29 3. The location of planned facilities, easements and improvements. 30 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 31 areas, utilities, streets, highways, tunnels, and other construction. 32 b. A record of revisions or corrections noted in an orderly manner for reference. 33 c. A drawing, when required by the client, indicating the horizontal and vertical 34 location of facilities, easements and improvements, as built. 35 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 36 construction staking projects. These cut sheets shall be on the standard city template 37 which can be obtained from the Survey Superintendent (817-392-7925). 38 5. Digital survey files in the following formats shall be acceptable: 39 a. AutoCAD (.dwg) 40 b. ESRI Shapefile (.shp) 41 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 42 standard templates, if available) 43 6. Survey files shall include vertical and horizontal data tied to original project 44 control and benchmarks, and shall include feature descriptions CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised February 14, 2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: 4 1. The staked location of any improvement or facility should be as accurate as 5 practical and necessary. The degree of precision required is dependent on many 6 factors all of which must remain judgmental. The tolerances listed hereafter are 7 based on generalities and, under certain circumstances, shall yield to specific 8 requirements. The surveyor shall assess any situation by review of the overall plans 9 and through consultation with responsible parties as to the need for specific 10 tolerances. 11 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 12 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 13 1.0 ft. tolerance. 14 b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 15 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 16 walkways shall be located within the confines of the site boundaries and, 17 occasionally, along a boundary or any other restrictive line. Away from any 18 restrictive line, these facilities should be staked with an accuracy producing no 19 more than 0.05ft. tolerance from their specified locations. 20 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 21 electric lines, shall be located horizontally within their prescribed areas or 22 easements. Within assigned areas, these utilities should be staked with an 23 accuracy producing no more than 0.1 ft tolerance from a specified location. 24 e. The accuracy required for the vertical location of utilities varies widely. Many 25 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 26 should be maintained. Underground and overhead utilities on planned profile, 27 but not depending on gravity flow for performance, should not exceed 0.1 ft. 28 tolerance. 29 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 30 specifications or in compliance to standards. The City reserves the right to request a 31 calibration report at any time and recommends regular maintenance schedule be 32 performed by a certified technician every 6 months. 33 1. Field measurements of angles and distances shall be done in such fashion as to 34 satisfy the closures and tolerances expressed in Part 3. l.A. 35 2. Vertical locations shall be established from a pre -established benchmark and 36 checked by closing to a different bench mark on the same datum. 37 3. Construction survey field work shall correspond to the client's plans. Irregularities 38 or conflicts found shall be reported promptly to the City. 39 4. Revisions, corrections and other pertinent data shall be logged for future reference. 40 41 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised February 14, 2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1 3.3 PREPARATION [NOT USED] 2 3.4 APPLICATION 3 3.5 REPAIR / RESTORATION 4 A. If the Contractor's work damages or destroys one or more of the control 5 monuments/points set by the Developer's Project Representative, the monuments shall be 6 adequately referenced for expedient restoration. 7 1. Notify City or Developer's Project Representative if any control data needs to be 8 restored or replaced due to damage caused during construction operations. 9 a. Contractor shall perform replacements and/or restorations. 10 b. The City or Developer's Project Representative may require at any time a 11 survey "Field Check" of any monument or benchmarks that are set be verified 12 by the Developer's Project Representative before further associated work can 13 move forward. 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD [OR] SITE QUALITY CONTROL 16 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 17 Developer's Project Representative in accordance with this Specification. This includes 18 easements and right of way, if noted on the plans. 19 B. Do not change or relocate stakes or control data without approval from the City. 20 3.8 SYSTEM STARTUP 21 A. Survey Checks 22 1. The City reserves the right to perform a Survey Check at any time deemed 23 necessary. 24 2. Checks by City personnel or 3rd party contracted surveyor are not intended to 25 relieve the contractor of his/her responsibility for accuracy. 26 27 3.9 ADJUSTING [NOT USED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 30 3.12 PROTECTION [NOT USED] 31 3.13 MAINTENANCE [NOT USED] 32 3.14 ATTACHMENTS [NOT USED] 33 34 35 CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised February 14, 2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 END OF SECTION 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 Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised February 14, 2018 SECTION 0174 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 017423-1 DAP CLEANING Page 1 of 4 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER -FURNISHED [pR] 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] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised April 7, 2014 017423-3 DAP CLEANING Page 3 of 4 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised April 7, 2014 01 74 23 - 4 DAP CLEANING Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised April 7, 2014 01 77 19 - 1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised April 7, 2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised April 7, 2014 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised April 7, 2014 017823-1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART 1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 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 '/z inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised April 7, 2014 017823-2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 c. Text: Manufacturer's printed data, or neatly typewritten d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. f. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. g. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised April 7, 2014 017823-3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised April 7, 2014 017823-4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised April 7, 2014 017823-5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE NAME 8/31/2012 D.Johnson 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE 1.5.A.1 — title of section removed Revised for DAP Application CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised April 7, 2014 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised April 7, 2014 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised April 7, 2014 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised April 7, 2014 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP Application CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350 Revised April 7, 2014 3123 16- 1 UNCLASSIFIED EXCAVATION Page 1 of 4 1 SECTION 3123 16 2 UNCLASSIFIED EXCAVATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 7 encountered to the lines, grades, and typical sections shown on the Drawings and 8 removal from site. Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation involving the excavation of on -site materials 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. Identified Measurement and Payment 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 3. Section 3123 23 — Borrow 20 4. Section 3124 00 — Embankments 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Excavation by Plan Quantity 24 a. Measurement 25 1) Measurement for this Item shall be by the cubic yard in its final position 26 using the average end area method. Limits of measurement are shown on 27 the Drawings. 28 2) When measured by the cubic yard in its final position, this is a plans 29 quantity measurement Item. The quantity to be paid is the quantity shown 30 in the proposal, unless modified by Article 11.04 of the General 31 Conditions. Additional measurements or calculations will be made if 32 adjustments of quantities are required. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 and measured as provided under "Measurement" will be paid for at the unit 36 price bid per cubic yard of "Unclassified Excavation by Plan". No 37 additional compensation will be allowed for rock or shrinkage/swell 38 factors, as these are the Contractor's responsibility. 39 c. The price bid shall include: 40 1) Excavation 41 2) Excavation Safety 42 3) Drying CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350 Revised January 28, 2013 3123 16 - 2 UNCLASSIFIED EXCAVATION Page 2 of 4 1 4) Dust Control 2 5) Reworking or replacing the over excavated material in rock cuts 3 6) Hauling 4 7) Disposal of excess material not used elsewhere onsite 5 8) Scarification 6 9) Clean-up 7 1.3 REFERENCES [NOT USED] 8 A. Definitions 9 1. Unclassified Excavation — Without regard to materials, all excavations shall be 10 considered unclassified and shall include all materials excavated. Any reference to 11 Rock or other materials on the Drawings or in the specifications is solely for the 12 City and the Contractor's information and is not to be taken as a classification of 13 the excavation. 14 1.4 ADMINSTRATIVE REQUIREMENTS 15 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 16 01. 17 1.5 SUBMITTALS [NOT USED] 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE 22 A. Excavation Safety 23 1. The Contractor shall be solely responsible for making all excavations in a safe 24 manner. 25 2. All excavation and related sheeting and bracing shall comply with the requirements 26 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 27 1.10 DELIVERY, STORAGE, AND HANDLING 28 A. Storage 29 1. Within Existing Rights -of -Way (ROW) 30 a. Soil may be stored within existing ROW, easements or temporary construction 31 easements, unless specifically disallowed in the Contract Documents. 32 b. Do not block drainage ways, inlets or driveways. 33 c. Provide erosion control in accordance with Section 3125 00. 34 d. When the Work is performed in active traffic areas, store materials only in 35 areas barricaded as provided in the traffic control plans. 36 e. In non -paved areas, do not store material on the root zone of any trees or in 37 landscaped areas. 38 2. Designated Storage Areas 39 a. If the Contract Documents do not allow the storage of spoils within the ROW, 40 easement or temporary construction easement, then secure and maintain an 41 adequate storage location. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350 Revised January 28, 2013 3123 16 - 3 UNCLASSIFIED EXCAVATION Page 3 of 4 1 b. Provide an affidavit that rights have been secured to store the materials on 2 private property. 3 c. Provide erosion control in accordance with Section 3125 00. 4 d. Do not block drainage ways. 5 1.11 FIELD CONDITIONS 6 A. Existing Conditions 7 1. Any data which has been or may be provided on subsurface conditions is not 8 intended as a representation or warranty of accuracy or continuity between soils. It 9 is expressly understood that neither the City nor the Engineer will be responsible 10 for interpretations or conclusions drawn there from by the Contractor. 11 2. Data is made available for the convenience of the Contractor. 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS [NOT USED] 14 2.1 OWNER -FURNISHED [NOT USED] 15 2.2 PRODUCT TYPES AND MATERIALS 16 A. Materials 17 1. Unacceptable Fill Material 18 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 19 D2487 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 CONSTRUCTION 25 A. Accept ownership of unsuitable or excess material and dispose of material off -site 26 accordance with local, state, and federal regulations at locations. 27 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 28 during construction with eh exception of water that is applied for dust control. 29 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 30 properly dispose according to disposal plan. 31 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 32 proposed or existing structures. 33 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 34 City. 35 F. Shape slopes to avoid loosening material below or outside the proposed grades. 36 Remove and dispose of slides as directed. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350 Revised January 28, 2013 3123 16 - 4 UNCLASSIFIED EXCAVATION Page 4 of 4 1 G. Rock Cuts 2 1. Excavate to finish grades. 3 2. In the event of over excavation due to contractor error below the lines and grades 4 established in the Drawings, use approved embankment material compacted in 5 accordance with Section 3124 00 to replace the over excavated at no additional 6 cost to City. 7 H. Earth Cuts 8 1. Excavate to finish subgrade 9 2. In the event of over excavation due to contractor error below the lines and grades 10 established in the Drawings, use approved embankment material compacted in 11 accordance with Section 3124 00 to replace the over excavated at no additional 12 cost to City. 13 3. Manipulate and compact subgrade in accordance with Section 3124 00. 14 3.5 REPAIR [NOT USED] 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 FIELD QUALITY CONTROL 17 A. Subgrade Tolerances 18 1. Excavate to within 0.1 foot in all directions. 19 2. In areas of over excavation, Contractor provides fill material approved by the City 20 at no expense to the City. 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 29 12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification 1/28/13 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350 Revised January 28, 2013 312323-1 BORROW Page 1 of 5 I SECTION 3123 23 2 BORROW 3 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Furnish, place and compact Borrow material for grading. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Identified Measurement and Payment 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 3. Section 3123 16 — Unclassified Excavation 14 4. Section 3124 00 — Embankments 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Borrow by Plan Quantity 18 a. Measurement 19 1) Measurement for this Item shall be by the cubic yard in its final position 20 using the average end area method. Limits of measurement are shown on 21 the Drawings. 22 2) When measured by the cubic yard in its final position, this is a plans 23 quantity measurement Item. The quantity to be paid is the quantity shown 24 in the proposal, unless modified by Article 11.04 of the General 25 Conditions. Additional measurements or calculations will be made if 26 adjustments of quantities are required. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under "Measurement" will be paid for at the unit 30 price bid per cubic yard of "Borrow by Plan" for the various borrow 31 materials. No additional compensation will be allowed for rock or 32 shrinkage/swell factors, as these are the Contractor's responsibility. 33 c. The price bid shall include: 34 1) Transporting or hauling material 35 2) Furnishing, placing, compacting and finishing Borrow 36 3) Construction Water 37 4) Dust Control 38 5) Clean-up 39 6) Proof Rolling 40 7) Disposal of excess or waste material 41 8) Reworking or replacement of undercut material CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350 Revised January 28, 2013 312323-2 BORROW Page 2 of 5 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. ASTM Standards 7 a. ASTM D2487, Standard Practice for Classification of Soils for Engineering 8 Purposes (Unified Soil Classification System) 9 b. ASTM D4318-10, Standard Test Methods for Liquid Limit, Plastic Limit, and 10 Plasticity Index of Soils 11 c. ASTM D6913, Standard Test Methods for Particle -Size Distribution 12 (Gradation) of Soils Using Sieve Analysis 13 d. ASTM D698, Standard Test Methods for Laboratory Compaction 14 Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 15 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 16 1.5 SUBMITTALS 17 A. Submittals shall be in accordance with Section 0133 00. 18 B. All submittals shall be approved by the City prior to construction. 19 C. Submit laboratory tests reports for each soil borrow source used to supply general 20 borrow and select fill materials. 21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 22 A. Shop Drawings 23 1. Stockpiled Borrow material 24 a. Provide a description of the storage of the delivered Borrow material only if the 25 Contract Documents do not allow storage of materials in the right-of-way of the 26 easement. 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Borrow material shall be tested prior to delivery to the Site. 31 1. Provide Proctor Test results, Gradation and Atterberg Limits for Borrow material 32 from each source. 33 a. All testing listed above shall be performed in terms of ASTM D698, ASTM 34 D6913 and ASTM D4318-10 respectively. 35 1.10 DELIVERY, STORAGE, AND HANDLING 36 A. Delivery 37 1. Coordinate all deliveries and haul -off. 38 B. Storage 39 1. Within Existing Rights -of -Way (ROW) CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350 Revised January 28, 2013 312323-3 BORROW Page 3 of 5 a. Borrow materials may be stored within existing ROW, easements or temporary 2 construction easements, unless specifically disallowed in the Contract 3 Documents. 4 b. Do not block drainage ways, inlets or driveways. 5 c. Provide erosion control in accordance with Section 3125 00. 6 d. Store materials only in areas barricaded as provided in the traffic control plans. 7 e. In non -paved areas, do not store material on the root zone of any trees or in 8 landscaped areas. 9 2. Designated Storage Areas 10 a. If the Contract Documents do not allow the storage of Borrow materials within 11 the ROW, easement or temporary construction easement, then secure and 12 maintain an adequate storage location. 13 b. Provide an affidavit that rights have been secured to store the materials on 14 private property. 15 c. Provide erosion control in accordance with Section 3125 00. 16 d. Do not block drainage ways. 17 e. Only materials used for 1 working day will be allowed to be stored in the work 18 zone. 19 1.11 FIELD CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 OWNER -FURNISHED [NOT USED] 23 2.2 PRODUCT TYPES AND MATERIALS 24 A. Borrow 25 1. Additional soil beneath pavements, roadways, foundations and other structures 26 required to achieve the elevations shown on the Drawings. 27 2. Acceptable Fill Material 28 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 29 ASTM D2487 30 b. Free from deleterious materials, boulders over 6 inches in size and organics 31 c. Can be placed free from voids 32 d. Must have 20 percent passing the number 200 sieve 33 3. Blended Fill Material 34 a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 35 b. Blended with in -situ or imported Acceptable Fill material to meet the 36 requirements of an Acceptable Fill Material 37 c. Free from deleterious materials, boulders over 6 inches in size and organics 38 d. Must have 20 percent passing the number 200 sieve 39 4. Select Fill 40 a. Classified as SC or CL in accordance with ASTM D2487 41 b. Liquid limit less than 35 42 c. Plasticity index between 8 and 20 43 5. Cement Stabilized Sand (CSS) CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350 Revised January 28, 2013 312323-4 BORROW Page 4 of 5 1 a. Sand or silty sand 2 b. Free of clay or plastic material 3 c. Minimum of 4 percent cement content of Type I/II portland cement 4 d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM 5 D1633, Method A 6 e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM 7 D1633, Method A 8 f. Mix in a stationary pug mill, weigh -batch or continuous mixing plant 9 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 10 2.4 ACCESSORIES [NOT USED] 11 2.5 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION [NOT USED] 16 3.4 INSTALLATION 17 A. All Borrow placement shall be performed in accordance to Section 3124 00. 18 3.5 REPAIR [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL 21 A. Field quality control will be performed in accordance to Section 31 24 00. 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES [NOT USED] 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350 Revised January 28, 2013 312323-5 BORROW Page 5 of 5 1/28/13 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350 Revised January 28, 2013 312400-1 EMBANKMENTS Page 1 of 9 1 SECTION 3124 00 2 EMBANKMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Transporting and placement of Acceptable Fill Material within the boundaries of 7 the Site for construction of- 8 a. Roadways 9 b. Embankments 10 c. Drainage Channels 11 d. Site Grading 12 e. Any other operation involving the placement of on -site materials 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. Identified Measurement and Payment 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 3. Section 3123 16 — Unclassified Excavation 19 4. Section 3123 23 — Borrow 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Embankments by Plan Quantity 23 a. Measurement 24 1) Measurement for this Item shall be by the cubic yard in its final position 25 using the average end area method. Limits of measurement are shown on 26 the Drawings. 27 2) When measured by the cubic yard in its final position, this is a plans 28 quantity measurement Item. The quantity to be paid is the quantity shown 29 in the proposal, unless modified by Article 11.04 of the General 30 Conditions. Additional measurements or calculations will be made if 31 adjustments of quantities are required. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under "Measurement" will be paid for at the unit 35 price bid per cubic yard of "Embankment by Plan". No additional 36 compensation will be allowed for rock or shrinkage/swell factors, as these 37 are the Contractor's responsibility. 38 c. The price bid shall include: 39 1) Transporting or hauling material 40 2) Placing, compacting, and finishing Embankment 41 3) Construction Water 42 4) Dust Control CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350 Revised January 28, 2013 312400-2 EMBANKMENTS Page 2 of 9 1 5) Clean-up 2 6) Proof Rolling 3 7) Disposal of excess materials 4 8) Reworking or replacement of undercut material 5 1.3 REFERENCES 6 A. Reference Standards 7 1. Reference standards cited in this specification refer to the current reference standard 8 published at the time of the latest revision date logged at the end of this 9 specification, unless a date is specifically cited. 10 2. ASTM Standards 11 a. ASTM D4318-10, Test Procedure for Determining Liquid Limit, Plastic Limit, 12 and Plasticity Index of Soils 13 b. ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the 14 Wax Method 15 c. ASTM D698-07el, Standard Test Methods for Laboratory Compaction 16 Characteristics of Soil Using Standard Effort 17 d. ASTM D1557-09, Standard Test Methods for Laboratory Compaction 18 Characteristics of Soil Using Modified Effort 19 e. ASTM D7382-08, Standard Test for Determination of Maximum Dry Unit 20 Weight and Water Content Range for Effective Compaction of Granular Soils 21 Using a Vibrating Hammer 22 £ ASTM D1556-07, Standard Test for Density and Unit Weight of Soil In -Place 23 by the Sand Cone Method 24 1.4 ADMINSTRATIVE REQUIREMENTS 25 A. Sequencing 26 1. Sequence work such that calls of proctors are complete in accordance with ASTM 27 D698 prior to commencement of construction activities. 28 1.5 SUBMITTALS 29 A. Submittals shall be in accordance with Section 0133 00. 30 B. All submittals shall be approved by the City prior to construction 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Shop Drawings 33 1. Stockpiled material 34 a. Provide a description of the storage of the excavated material only if the 35 Contract Documents do not allow storage of materials in the right-of-way or the 36 easement CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350 Revised January 28, 2013 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 312400-3 EMBANKMENTS Page 3 of 9 A. Storage 1. Within Existing Rights -of -Way (ROW) a. Soil may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 3125 00. d. When the Work is performed in active traffic areas, store materials only in areas barricaded as provided in the traffic control plans. e. In non -paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 3125 00. d. Do not block drainage ways. 23 1.11 FIELD CONDITIONS 24 A. Existing Conditions 25 1. Any data which has been or may be provided on subsurface conditions is not 26 intended as a representation or warranty of accuracy or continuity between soils. It 27 is expressly understood that neither the City nor the Engineer will be responsible 28 for interpretations or conclusions drawn there from by the Contractor. 29 2. Data is made available for the convenience of the Contractor. 30 1.12 WARRANTY [NOT USED] 31 PART 2 - PRODUCTS 32 2.1 OWNER -FURNISHED [NOT USED] 33 2.2 PRODUCT TYPES AND MATERIALS 34 A. Materials 35 1. Acceptable Fill Material 36 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 37 ASTM D2487 38 b. Free from deleterious materials, boulders over 6 inches in size and organics 39 c. Can be placed free from voids 40 d. Must have 20 percent passing the number 200 sieve CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350 Revised January 28, 2013 312400-4 EMBANKMENTS Page 4 of 9 1 2. Blended Fill Material 2 a. In -situ soils classified as GW, GP, GM, SW, SP, or SM in accordance with 3 ASTM D2487 4 b. Blended with in -situ or imported acceptable backfill material to meet the 5 requirements of an Acceptable Backfill Material 6 c. Free from deleterious materials, boulders over 6 inches in size and organics 7 d. Must have 20 percent passing the number 200 sieve 8 3. Unacceptable Fill Material 9 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 10 D2487 11 4. Select Fill 12 a. Classified as SC or CL in accordance with ASTM D2487 13 b. Liquid limit less than 35 14 c. Plasticity index between 8 and 20 15 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 16 2.4 ACCESSORIES [NOT USED] 17 2.5 SOURCE QUALITY CONTROL [NOT USED] 18 PART 3 - EXECUTION 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION 22 A. Protection of In -Place Conditions 23 1. Pavement 24 a. Conduct activities in such a way that does not damage existing pavement that is 25 designated to remain. 26 b. Repair or replace any pavement damaged due to the negligence of the 27 contractor outside the limits designated for pavement removal at no additional 28 cost 29 2. Trees 30 a. When operating outside of existing ROW, stake permanent and temporary 31 construction easements. 32 b. Restrict all construction activities to the designated easements and ROW. 33 c. Flag and protect all trees designated to remain in accordance with Section 31 10 34 00. 35 d. Conduct embankments in a manner such that there is no damage to the tree 36 canopy. 37 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 38 specifically allowed by the City. 39 1) Pruning or trimming may only be accomplished with equipment 40 specifically designed for tree pruning or trimming. 41 3. Above ground Structures 42 a. Protect all above ground structures adjacent to the construction. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350 Revised January 28, 2013 312400-5 EMBANKMENTS Page 5 of 9 1 4. Traffic 2 a. Maintain existing traffic, except as modified by the traffic control plan, and in 3 accordance with Section 34 71 13. 4 b. Do not block access to driveways or alleys for extended periods of time unless: 5 1) Alternative access has been provided 6 2) Proper notification has been provided to the property owner or resident 7 3) It is specifically allowed in the traffic control plan 8 3.4 INSTALLATION 9 A. Embankments General 10 1. Placing and Compacting Embankment Material 11 a. Perform fill operation in an orderly and systematic manner using equipment in 12 proper sequence to meet the compaction requirements 13 b. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least 14 6 inches, unless otherwise shown on the Drawings 15 c. Place fill on surfaces free from trees, stumps, roots, vegetation, or other 16 deleterious materials 17 d. Bench slopes before placing material. 18 e. Begin filling in the lowest section or the toe of the work area 19 f. When fill is placed directly or upon older fill, remove debris and any loose 20 material and proof roll existing surface. 21 g. After spreading the loose lifts to the required thickness and adjusting its 22 moisture content as necessary, simultaneously recompact scarified material 23 with the placed embankment material. 24 h. Roll with sufficient number passes to achieve the minimum required 25 compaction. 26 i. Provide water sprinkled as necessary to achieve required moisture levels for 27 specified compaction 28 j. Do not add additional lifts until the entire previous lift is properly compacted. 29 2. Surface Water Control 30 a. Grade surface horizontally but provide with sufficient longitudinal and 31 transverse slope to allow for runoff of surface water from every point. 32 b. Conduct fills so that no obstruction to drainage from any other sections of fill is 33 created. 34 c. Install temporary dewatering sumps in low areas during filling where excess 35 amounts of runoff collect. 36 d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and 37 free from humps and hollows that would prevent proper uniform compaction. 38 e. Do not place fill during or shortly after rain events which prevent proper work 39 placement of the material and compaction 40 f. Prior to resuming compaction operations, remove muddy material off the 41 surface to expose firm and compacted materials 42 B. Embankments for Roads 43 1. Only Acceptable Fill Material will be allowed for roadways 44 2. Embankments for roadbeds shall be constructed in layers approximately parallel to 45 the finished grade of the street 46 3. Construct generally to conform to the cross section of the subgrade section as 47 shown in the Drawings. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350 Revised January 28, 2013 312400-6 EMBANKMENTS Page 6 of 9 1 4. Establish grade and shape to the typical sections shown on the Drawings 2 5. Maintain finished sections of embankment to the grade and compaction 3 requirements until the project is accepted. 4 C. Earth Embankments 5 1. Earth embankment is mainly composed of material other than rock. Construct 6 embankments in successive layers, evenly distributing materials in lengths suited 7 for sprinkling and rolling. 8 2. Rock or Concrete 9 a. Obtain approval from the City prior to incorporating rock and broken concrete 10 produced by the construction project in the lower layers of the embankment. 11 b. No Rock or Concrete will be permitted in embankments in any location where 12 future utilities are anticipated. 13 c. When the size of approved rock or broken concrete exceeds the layer thickness 14 place the rock and concrete outside the limits of the proposed structure or 15 pavement. Cut and remove all exposed reinforcing steel from the broken 16 concrete. 17 3. Move the material dumped in piles or windrows by blading or by similar methods 18 and incorporate it into uniform layers. 19 4. Featheredge or mix abutting layers of dissimilar material for at least 100 feet to 20 ensure there are no abrupt changes in the material. 21 5. Break down clods or lumps of material and mix embankment until a uniform 22 material is attained. 23 D. Rock Embankments 24 1. Rock embankment is mainly composed of rock. 25 2. Rock Embankments for roadways are only allowed when specifically designated on 26 the Drawings. 27 3. Construct rock embankments in successive layers for the full width of the roadway 28 cross-section with a depth of 18-inches or less. 29 4. The layer depth for large rock sizes shall not exceed a depth of 18-inches in any 30 case. Fill voids created by the large stone matrix with smaller stones during the 31 placement and filling operations. 32 5. Ensure the depth of the embankment layer is greater than the maximum dimension 33 of any rock. 34 6. Do not place rock greater than 18-inches in its maximum dimension. 35 7. Construct the final layer with graded material so that the density and uniformity is 36 in accordance compaction requirements. 37 8. The upper or final layer of rock embankments shall contain no material larger than 38 4 inches in their maximum dimension. 39 E. Density 40 1. Compact each layer until the maximum dry density as determined by ASTM D698 41 is achieved. 42 a. Not Under Roadway or Structure: 43 1) areas to be compacted in the open, not beneath any structure, pavement, 44 flatwork, or is a minimum of 1 foot outside of the edge of any structure, 45 edge of pavement, or back of curb. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350 Revised January 28, 2013 312400-7 EMBANKMENTS Page 7 of 9 I a) Compact each layer to a minimum of 90 percent Standard Proctor 2 Density. 3 b. Embankments under future paving: 4 1) Compact each layer to a minimum of 95 percent standard proctor density 5 with a moisture content not to exceed +4 percent or -2 percent of optimum 6 moisture or as indicated on the Drawings 7 c. Embankments under structures: 8 1) Compacted each layer as indicated on the Drawings 9 F. Maintenance of Moisture and Reworking 10 1. Maintain the density and moisture content once all requirements are met. 11 2. For soils with a PI greater than 15, maintain the moisture content no lower than 4 12 percentage points below optimum. 13 3. Rework the material to obtain the specified compaction when the material loses the 14 required stability, density, moisture, or finish. 15 4. Alter the compaction methods and procedures on subsequent work to obtain 16 specified density as directed by the City. 17 3.5 REPAIR [NOT USED] 18 3.6 RE -INSTALLATION [NOT USED] 19 3.7 FIELD QUAILITY CONTROL 20 A. Field Tests and Inspections 21 1. Proctors 22 a. The City will perform Proctors in accordance with ASTM D698. 23 b. Test results will generally be available to within 4 calendar days and distributed 24 to: 25 1) Contractor 26 2) City Project Manager 27 3) City Inspector 28 4) Engineer 29 c. Notify the City if the characteristic of the soil changes. 30 d. City will perform new proctors for varying soils: 31 1) When indicated in the geotechnical investigation in the Appendix 32 2) If notified by the Contractor 33 3) At the convenience of the City 34 e. Embankments where different soil types are present and are blended, the 35 proctors shall be based on the mixture of those soils. 36 2. Proof Rolling 37 a. Embankments under Future Pavement 38 1) City Project Representative must be on -site during proof rolling operations. 39 2) Use equipment that will apply sufficient load to identify soft spots that rut 40 or pump. 41 a) Acceptable equipment includes fully loaded single -axle water truck 42 with a 1500 gallon capacity. 43 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 44 4) Offset each trip by at most 1 tire width. 45 5) If an unstable or non -uniform area is found, correct the area. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350 Revised January 28, 2013 312400-8 EMBANKMENTS Page 8 of 9 1 6) Correct 2 a) Soft spots that rut or pump greater than 3/4 inch. 3 b) Areas that are unstable or non -uniform 4 7) If a non -uniform area is found then correct the area. 5 b. Embankments Not Under Future Paving 6 1) No Proof Rolling is required. 7 3. Density Testing of Embankments 8 a. Density Test shall be in conformance with ASTM D2922. 9 b. For Embankments under future pavement: 10 1) The City will perform density testing twice per working day when 11 compaction operations are being conducted. 12 2) The testing lab shall take a minimum of 3 density tests, but the number of 13 test shall be appropriate for the area being compacted. 14 3) Testing shall be representative of the current lift being compacted. 15 4) Special attention should be placed on edge conditions. 16 c. For Embankments not under future pavement or structures: 17 1) The City will perform density testing once working day when compaction 18 operations are being conducted. 19 2) The testing lab shall take a minimum of 3 density tests. 20 3) Testing shall be representative of the current lift being compacted. 21 d. Make the area where the embankment is being placed available for testing. 22 e. The City will determine the location of the test. 23 f. The City testing lab will provide results to Contractor and the City's Inspector 24 upon completion of the testing. 25 g. A formal report will be posted to the City's Buzzsaw site within 48 hours. 26 h. Test reports shall include: 27 1) Location of test by station number 28 2) Time and date of test 29 3) Depth of testing 30 4) Field moisture 31 5) Dry density 32 6) Proctor identifier 33 7) Percent Proctor Density 34 B. Non -Conforming Work 35 1. All non -conforming work shall be removed and replaced. 36 3.8 SYSTEM STARTUP [NOT USED] 37 3.9 ADJUSTING [NOT USED] 38 3.10 CLEANING [NOT USED] 39 3.11 CLOSEOUT ACTIVITIES [NOT USED] 40 3.12 PROTECTION [NOT USED] 41 3.13 MAINTENANCE [NOT USED] 42 3.14 ATTACHMENTS [NOT USED] 43 END OF SECTION CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350 Revised January 28, 2013 312400-9 EMBANKMENTS Page 9 of 9 Revision Log DATE NAME SUMMARY OF CHANGE 1.2 — Added possible measurement and payment procedures and Blue 12/20/2012 D. Johnson text for instructions on how the methods should be applied 2.2.2.a added GW and SW material classifications 1/28/13 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350 Revised January 28, 2013 465 Item 465® Junction Boxes, Manholes, and Inlets Texas Department of Transportation 1. DESCRIPTION Construct junction boxes, manholes, and inlets, complete in place or to the stage detailed, including furnishing and installing frames, grates, rings, and covers. 2. MATERIALS Furnish materials in accordance with the following: ■ Item 420, "Concrete Substructures," ■ Item 421, "Hydraulic Cement Concrete," ■ Item 440, 'Reinforcement for Concrete," and ■ Item 471, "Frames, Grates, Rings, and Covers." Cast -in -place junction boxes, manholes, inlets, risers, and appurtenances are acceptable unless otherwise shown. Alternate designs for cast -in -place items must be acceptable to the Engineer and must conform to functional dimensions and design loading. Alternate designs must be designed and sealed by a licensed professional engineer. 2.1. Concrete. Furnish Class H concrete as referenced in Item 421 "Hydraulic Cement Concrete," except that Mix Design Options 1-8 will be allowed for formed precast junction boxes, manholes, and inlets. Furnish concrete per DMS-7310, `Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification," for machine -made precast junctions boxes, manholes, and inlets. Furnish Class C concrete for cast -in -place manholes and inlets unless otherwise shown on the plans. 2.2. Mortar. Furnish mortar conforming to DMS-4675, "Cementitious Grouts and Mortars for Miscellaneous Applications." 2.3. Timber. Provide sound timber that is a minimum of 3 in. nominal thickness and reasonably free of knots and warps for temporary covers when used with Stage I construction (see Article 465.3., "Construction"). 2.4. Other Materials. Use commercial -type hardware as approved. 3. CONSTRUCTION Construct all types of junction boxes, manholes, and inlets either complete or in 2 stages, described as Stage I and Stage 11. Construct the Stage I portion of junction boxes, manholes, and inlets as shown on the plans or as specified in this Item. Furnish and install a temporary cover as approved. Furnish and install the storm drain pipe and a temporary plug for the exposed end of the storm drain pipe from the storm drain to a point below the top of curb indicated on the plans for Stage I construction of cast iron or steel inlet units. Construct Stage II after the pavement structure is substantially complete unless otherwise approved. Construct the remaining wall height and top of junction box, manhole, or inlet for Stage 11, and furnish and install any frames, grates, rings and covers, curb beams, or collecting basins required. 659 465 Construct cast -in -place junction boxes, manholes, and inlets in accordance with Item 420, "Concrete Substructures." Forms will be required for all concrete walls. Outside wall forms for cast -in -place concrete may be omitted with approval if the surrounding material can be trimmed to a smooth vertical face. 3.1. Precast Junction Boxes, Manholes, and Inlets. Construct formed precast junction boxes, manholes, and inlets in accordance with Item 420, "Concrete Substructures," except as otherwise noted in this Item. Construct machine -made precast junction boxes, manholes, and inlets in accordance with ASTM C478 except as otherwise noted in this Item. Mix and place concrete for machine -made junction boxes, manholes, and inlets per the requirements of DMS-7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." Conform to the product permissible variations and rejection criteria stated in ASTM C478 for machine -made precast junction boxes, manholes, and inlets. Cure all precast units in accordance with Item 424, "Precast Concrete Structural Members (Fabrication)." Multi -project fabrication plants as defined in Item 424 "Precast Concrete Structural Members (Fabrication)," that produce manholes and inlets will be approved by the Construction Division in accordance with DMS-7340, "Qualification Procedure for Multi -Project Fabrication Plants of Precast Concrete Junction Boxes, Manholes and Inlets." The Department's MPL has a list of approved multi -project plants. 3.1.1. Lifting Holes. Provide no more than 4 lifting holes in each section for precast units. Lifting holes may be cast, cut into fresh concrete after form removal, or drilled. Provide lifting holes large enough for adequate lifting devices based on the size and weight of the section. The maximum hole diameter is 3 in. at the inside surface of the wall and 4 in. at the outside surface. Cut no more than 5 in. in any direction of reinforcement per layer for lifting holes. Repair spalled areas around lifting holes. 3.1.2. Marking. Clearly mark each precast junction box, manhole, and inlet unit with the following information: ■ name or trademark of fabricator and plant location; ■ product designation; ■ ASTM designation (if applicable); ■ date of manufacture; ■ designated fabricator's approval stamp; and ■ designation "SR" for product meeting sulfate -resistant concrete plan requirements (when applicable). 3.1.3. Storage and Shipment. Store precast units on a level surface. Do not ship units until design strength requirements have been met. 3.2. Excavation, Shaping, Bedding, and Backfill. Excavate, shape, bed, and backfill in accordance with Item 400, "Excavation and Backfill for Structures." Immediate backfilling is permitted for all junction box, manhole, and inlet structures where joints consist of rubber boots, rubber gaskets, or bulk or preformed joint sealant. Take precautions in placing and compacting the backfill to avoid any movement of junction boxes, manholes, and inlets. Remove and replace junction boxes, manholes, and inlets damaged by the Contractor at no expense to the Department. 3.3. Junction Boxes, Manholes, and Inlets for Precast Concrete Pipe Storm Drains. Construct junction boxes, manholes, and inlets for precast concrete pipe storm drains before completion of storm drain lines into or through the junction box, manhole, or inlet. Neatly cut all storm drains at the inside face of the walls of the junction box, manhole, or inlet. 3.4. Junction Boxes, Manholes, and Inlets for Box Storm Drains. Place bases or risers of junction boxes, manholes, and inlets for box storm drains before or in conjunction with placement of the storm drain. Backfill the junction box, manhole, or inlet and storm drain as a whole. 3.5. Inverts. Shape and route floor inverts passing out or through the junction box, manhole, or inlet as shown on the plans. Shape by adding and shaping mortar or concrete after the base is placed or by placing the required additional material with the base. 660 465 3.6. Finishing Complete Junction Boxes, Manholes, and Inlets. Complete junction boxes, manholes, and inlets in accordance with the plans. Backfill to original ground elevation in accordance with Item 400, "Excavation and Backfill for Structures." 3.7. Finishing Stage I Construction. Complete Stage I construction by constructing the walls to the elevations shown on the plans and backfilling to required elevations in accordance with Item 400, "Excavation and Backfill for Structures." 3.8. Stage II Construction. Construct subgrade and base course or concrete pavement construction over Stage I junction box, manhole, or inlet construction unless otherwise approved. Excavate to expose the top of Stage I construction and complete the junction box, manhole or inlet in accordance with the plans and these Specifications, including backfill and cleaning of all debris from the bottom of the junction box, manhole, or inlet. 3.9. Inlet Units. Install cast iron or steel inlet units in conjunction with the construction of concrete curb and gutter. Set the inlet units securely in position before placing concrete for curb and gutter. Form openings for the inlets and recesses in curb and gutter as shown on the plans. Place and thoroughly consolidate concrete for curb and gutter adjacent to inlets and around the inlet castings and formed openings and recesses without displacing the inlet units. 4. MEASUREMENT All junction boxes, manholes, and inlets satisfactorily completed in accordance with the plans and specifications will be measured by each junction box, manhole, or inlet, complete, or by each junction box, manhole, or inlet completed to the stage of construction required by the plans. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for as follows: 5.1. Complete Manholes. Payment for complete manholes will be made at the unit price bid for "Manhole (Complete)" of the type specified. 5.2. Complete Inlets. Payment for inlets will be made at the unit price bid for "Inlet (Complete)," of the type specified. 5.3. Complete Junction Boxes. Payment for junction boxes will be made at the unit price bid for "Junction Box (Complete)" of the type specified. 5.4. Manholes Stage I. Payment for Manholes, Stage I, will be made at the unit price bid for each "Manhole (Stage 1)" of the type specified. 5.5. Manholes Stage II. Payment for Manholes, Stage 11, will be made at the unit price bid for each "Manhole (Stage 11)" of the type specified. 5.6. Inlets Stage I. Payment for Inlets, Stage I, will be made at the unit price bid for each "Inlet (Stage 1)" of the type specified. 5.7. Inlets Stage II. Payment for Inlets, Stage 11, will be made at the unit price bid for each "Inlet (Stage 11)" of the type specified. 5.8. Junction Boxes Stage I. Payment for Junction Boxes, Stage 1, will be made at the unit price bid for each "Junction Box (Stage 1)" of the type specified. 661 465 5.9. Junction Boxes Stage II. Payment for Junction Boxes, Stage 11, will be made at the unit price bid for each "Junction Box (Stage ll)" of the type specified. This price is full compensation for concrete, reinforcing steel, mortar, frames, grates, rings and covers, excavation, and backfill and for all other materials, tools, equipment, labor, and incidentals. 662 467 Item 467 ° Safety End Treatment , Texas Department of Transportation 1. DESCRIPTION Furnish, construct, and install safety end treatments for drainage structures, or install or replace pipe runners or pipe runner assemblies on existing drainage structures. 2. MATERIALS 2.1. General. Furnish materials in accordance with the following. ■ Item 420, "Concrete Substructures," ■ Item 421, "Hydraulic Cement Concrete," ■ Item 432, "Riprap," ■ Item 440, 'Reinforcement for Concrete," ■ Item 442, "Metal for Structures," ■ Item 445, "Galvanizing," ■ Item 460, "Corrugated Metal Pipe," and ■ Item 464, 'Reinforced Concrete Pipe." Use Class C concrete for cast -in -place and precast concrete units unless otherwise shown on the plans. Furnish cast -in -place or precast safety end treatments unless otherwise shown on the plans. Furnish Class B concrete for concrete riprap unless otherwise shown on the plans. Provide galvanized steel for prefabricated metal end sections in accordance with Item 460, "Corrugated Metal Pipe." Furnish pipe runners in accordance with the following: ■ ASTM A1085; ■ ASTM A53, Type E or S, Grade B; ■ ASTM A500, Grade B; or ■ API 5L, Grade X42. Furnish plates and angles in accordance with ASTM A36. Furnish nuts and bolts in accordance with ASTM A307. Galvanize pipes, plates, angles, nuts, and bolts in accordance with Item 445, "Galvanizing." 2.2. Fabrication. Fabricate cast -in -place concrete units and precast units in accordance with Item 420, "Concrete Substructures." Provide either prefabricated metal end sections or mitered CMP when specified for the pipe structure unless otherwise shown on the plans. Provide one of the following when reinforced concrete pipe (RCP) is specified for the pipe structure, unless otherwise shown on the plans: ■ mitered RCP or ■ precast safety end treatment (SET) units. Provide riprap only if the plans specifically require it for this alternative. 2.2.1. SET Types. 2.2.1.1. Type I. Provide Type I SET consisting of reinforced concrete headwalls or wingwalls and pipe runners in accordance with the details shown on the plans when required. 665 467 2.2.1.2. Type II. Provide Type II SET in accordance with the details shown on the plans consisting of the following: ■ CMP or RCP mitered to the proper slope, concrete riprap and pipe runners, when required; ■ prefabricated metal end sections, concrete riprap and pipe runners, when required; or ■ precast SET units, concrete riprap, when required, and pipe runners, when required. 2.2.2. Lifting Holes. Provide no more than 4 lifting holes in each section for precast units. Lifting holes may be cast, cut into fresh concrete after form removal, or drilled. Provide lifting holes large enough for adequate lifting devices based on the size and weight of the section. The maximum hole diameter is 3 in. at the inside surface of the wall and 4 in. at the outside surface. Cut no more than 1 longitudinal wire or 2 circumferential wires per layer of reinforcing steel when locating lift holes. Repair spalled areas around lifting holes. 2.2.3. Marking. Clearly mark the following on each precast unit, mitered CMP, mitered RCP, or metal end section before shipment from the casting or fabrication yard: ■ the date of manufacture, ■ the name or trademark of the manufacturer, and ■ the type and size designation. 2.2.4. Storage and Shipment. Store precast units on a level surface. Do not place any loads on precast units until the design strength is reached. Do not ship units until design strength requirements have been met. 2.2.5. Causes for Rejection. Precast units may be rejected for not meeting any one of the specification requirements. Individual units may also be rejected for fractures or cracks passing through the wall or surface defects indicating honeycombed or open texture surfaces. Remove rejected units from the project and replace with acceptable units meeting the requirements of this Item. 2.2.6. Defects and Repairs. Occasional imperfections in manufacture or accidental damage sustained during handling may be repaired. The repaired units will be acceptable if they conform to the requirements of this Item and the repairs are sound and properly finished and cured in conformance with pertinent specifications. Repair damaged galvanizing in accordance with Section 445.3.5., "Repairs." 3. CONSTRUCTION 3.1. General. Remove portions of existing structures in accordance with Section 420.4.8., "Extending Existing Substructures." Drill, dowel, and grout in accordance with Item 420, "Concrete Substructures." Furnish concrete riprap in accordance with Item 432, "Riprap." Provide riprap on all prefabricated metal end sections. 3.2. Excavation, Shaping, Bedding, and Backfill. Excavate, shape, bed, and backfill in accordance with Item 400, "Excavation and Backfill for Structures." Take special precautions in placing and compacting the backfill to avoid any movement or damage to the units. Bed precast units on foundations of firm and stable material accurately shaped to conform to the bases of the units. 3.3. Placement of Precast Units. Provide adequate means to lift and place the precast units. Fill lifting holes with mortar or concrete and cure. Precast concrete or mortar plugs may be used. 3.4. Connections. Make connections to new or existing structures in accordance with the details shown on the plans. Furnish jointing material in accordance with Item 464, `Reinforced Concrete Pipe." Also remove a length of the existing pipe from the headwall to the joint when removing existing headwalls as shown on the plans or as approved. Re -lay the removed pipe if approved, or furnish and lay a length of new pipe. 3.5. Install or Replace Pipe Runners or Assemblies. Install or replace individual pipe runners or pipe runner assemblies on existing drainage structures as indicated on the plans. 467 4. MEASUREMENT SETs of all types will be measured by each barrel of each structure end. Pipe runners or pipe runner assemblies installed or replaced on existing structure will be measured by each installed or replaced on each structure end. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for the various designations of "Safety End Treatment' specified as follows: ■ SET (Type 1) (Barrel Span) (Wall Height) (Slope, Horizontal:Vertical) (Orientation, Cross or Parallel) ■ SET (Type 1) (Pipe Diameter or Design) (Slope, Horizontal:Vertical) (Orientation, Cross or Parallel) ■ SET (Type 11) (Pipe Diameter or Design) (Pipe Material) (Slope, Horizontal:Vertical) (Orientation, Cross or Parallel) ■ SET (Pipe Runner) ■ SET (Pipe Runner Assembly) For payment purposes, the wingwall heights of Type I SETs for box culverts will be rounded to the nearest foot. This price is full compensation for constructing, furnishing, transporting, and installing the end treatments; pipe runners, or pipe runner assemblies, connecting to existing structure; breaking back, removing and disposing of portions of the existing structure, removing and disposing of existng pipe runner or pipe runner assemblies, and replacing portions of the existing structure as required to make connections; excavation and backfill; furnishing concrete, reinforcing steel, corrugated metal pipe or reinforced concrete pipe, and pipe runners; and concrete riprap, nuts, bolts, plates, angles, equipment, labor, tools, and incidentals. The removal and re-laying of existing pipe or the furnishing of new pipe to replace existing pipe will not be paid for directly but will be considered subsidiary to this Item. The mitered length of CMP or RCP that is a part of the SET (Type 11) will not be paid for directly but will be considered subsidiary to this Item. The limits for payment for pipe will be as shown on the plans and paid for in accordance with the pertinent bid item. The limits of riprap to be included in the price bid for each SET will be shown on the plans. Any riprap placed beyond the limits shown will be paid in accordance with Item 432, "Riprap." Riprap between multiple precast SET units will be required as shown on the plans and is included in the price bid for SET. When precast SETs are provided as an option to mitered RCP, riprap aprons will not be required unless the plans specifically require riprap aprons for precast SET units. The plans will show the limits of the riprap to be included with the precast SET for payment. 667 533 Item 533 Milled Rumble Strips 1. DESCRIPTION Construct milled rumble strips. 2. 3. 4. 61 EQUIPMENT Texas Department of Transportation Provide a rotary -type cutting head with a maximum outside diameter of 24 in. and a minimum length of 16 in. Arrange cutting tips to provide a relatively smooth cut with approximately 1/16 in. difference in texture deviation. Provide a cutting head with independent suspension from the power unit that will self -align with the shape of the surface and irregularities in the surface. Provide a cutting tool with guides to assure consistent alignment of each cut relative to the roadway and to provide uniformity throughout the project. CONSTRUCTION Construct milled rumble strips in a uniform position according to dimensions and at locations shown on the plans. The depressions must have well-defined edges, a smooth interior finish, and not snag or tear the finished pavement. Control dust during grinding operations. Do not place rumble strips across exit or entrance ramps, acceleration and deceleration lanes, crossovers, gore areas, or intersections with other roadways, or at locations not shown on the plans. Correct misplaced rumble strips at the Contractor's expense. Clean debris from the milled depressions by blowing with compressed air or flushing with water. Remove and dispose of debris by vacuuming or sweeping before opening the adjacent lane to traffic as directed. MEASUREMENT Rumble strips will be measured longitudinally by the foot. Measurement will only include the actual work performed. Measurement will not include interruptions across ramps, acceleration or deceleration lanes, crossovers, gore areas, or intersections with other roadways. PAYMENT The work performed in accordance with this Item and as provided for under "Measurement" will be paid for at the unit price bid for "Rumble Strips (Shoulder) and Rumble Strips (Centerline)." This price is full compensation for equipment, labor, materials, tools, and incidentals. 739 540 Item 540 Metal Beam Guard Fence Texas Department of Transportation 1. DESCRIPTION Furnish, install, replace, or adjust metal beam guard fence consisting of metal beam rail elements, hardware, blocks, and support posts. 2. MATERIALS Provide samples of metal beam rail elements, terminal sections, bolts, and nuts for compliance testing according to Tex-708-1 and Tex-713-1 to verify physical and chemical properties meet AASHTO M 180 when directed. Obtain materials at the locations shown on the plans when the plans designate that the Department will furnish materials. 2.1. Metal Beam Rail Elements. Furnish new metal beam rail elements, transitions, anchor sections, and terminals that meet the requirements of Table 1 and are from a manufacturer on the Department's MPL of rail element manufacturers. Type I or II is required, unless otherwise shown on the plans. Base metal for metal beam rail elements must not contain more than 0.04% phosphorous or more than 0.05% sulfur. Warped or deformed rail elements will be rejected. Table 1 Rail Element Requirements Specification AASHTO M 180 Class A— Base metal nominal thickness 0.105 in. B— Base metal nominal thickness 0.135 in. I— Zinc -coated 1.80 oz. per square foot minimum single -spot. Type 11— Zinc -coated 3.60 oz. per square foot minimum single -spot. IV— Weathering Steel (required when shown on the plans). W-Beam Shape Thrie Beam W-Beam to Thrie Beam Transition Permanently mark each metal beam rail element with the information required in AASHTO M 180. In addition, permanently mark all curved Markings sections of metal beam rail element with the radius of the curved section in the format "R=XX ft." Markings must be on the back of the metal beam rail section away from traffic and visible after erection. 2.2. Posts. Furnish new round timber, rectangular timber, or rolled steel section posts in accordance with details shown on the plans and the following requirements: 2.2.1. Timber Posts. Meet the requirements of DMS-7200, "Timber Posts and Blocks for Metal Beam Guard Fence." Purchase from a manufacturer or supplier on the Department's MPL of timber treating plants and suppliers. 2.2.2. Steel Posts. Provide rolled sections conforming to the material requirements of ASTM A36. Drill or punch posts for standard rail attachment as shown on the plans. Galvanize according to Item 445, "Galvanizing." Low -fill culvert posts may be fabricated as galvanized "blanks" with the rail hole and the final height field 743 540 fabricated. Treat all exposed post surfaces caused by the field fabrication in accordance with Section 445.3.5., "Repairs." 2.3. Blocks. Furnish new rectangular timber or composite blocks in accordance with details shown on the plans and the following requirements: 2.3.1. Timber. Meet the requirements of DMS-7200, "Timber Posts and Blocks for Metal Beam Guard Fence." Purchase from a manufacturer or supplier on the Department's MPL of timber treating plants and suppliers. 2.3.2. Composite. Meet the requirements of DMS-7210, "Composite Material Posts and Blocks for Metal Beam Guard Fence." Purchase from a manufacturer on the Department's MPL of composite material blocks and posts. 2.4. Fittings. Furnish new fittings (bolts, nuts, and washers) according to the details shown on the plans and galvanized according to Item 445, "Galvanizing." 2.5. Terminal Connectors. Furnish new terminal connectors, where required, meeting the material and galvanizing requirements specified for metal beam rail elements. 2.6. Concrete. Furnish concrete for terminal anchor posts meeting the requirements for Class A concrete as required in Item 421, "Hydraulic Cement Concrete." 2.7. Curb. If indicated in the details, furnish the curb shown with metal beam guard fence transition as required by Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." 2.8. Terminal Anchor Posts. Furnish new terminal anchor posts from steel conforming to the material requirements of ASTM A36. Fabricate posts according to Item 441, "Steel Structures." Galvanize terminal anchor posts after fabrication according to Item 445, "Galvanizing." 2.9. Driveway Terminal Anchor Posts. Furnish new terminal anchor posts from steel conforming to the material requirements of ASTM A36. Fabricate posts according to Item 441, "Steel Structures." Galvanize terminal anchor posts after fabrication according to Item 445, "Galvanizing." 2.10. Downstream Anchor Posts. Furnish new terminal anchor posts consisting of new rectangular timber and new steel foundation tubes according to details shown on the plans. 2.11. Downstream Anchor Hardware. Furnish new hardware (brackets, plates, struts, cable, etc.) according to the details shown on the plans and galvanized according to Item 445, "Galvanizing." 2.12. Controlled Released Terminal (CRT) Posts. Furnish new CRT posts according to the details shown on the plans and conforming to the requirements of DMS-7200, "Timber Posts and Blocks for Metal Beam Guard Fence." Purchase from a manufacturer or supplier on the Department's MPL of timber treating plants and suppliers. 3. CONSTRUCTION Install posts and rail elements according to details shown on the plans. 3.1. Posts. Install posts by either drilling or driving. 3.1.1. Drilling. Drill holes and set posts plumb and firm to the line and grade shown. Backfill posts by thoroughly compacting material to the density of adjacent undisturbed material. 3.1.2. Driving. Drive posts plumb with approved power hammers (steam, compressed air, vibratory, or diesel) or gravity hammers to the line and grade shown while preventing damage to the post. Use pilot holes when required and approved. Determine the size and depth of pilot holes based on results of the first few posts 744 540 driven. Thoroughly tamp loosened soil around the post, fill voids with suitable material, and thoroughly compact to the density of adjacent undisturbed material. 3.2. Rail Elements. Erect metal beam rail elements to produce a smooth, continuous rail paralleling the line and grade of the roadway surface or as shown on the plans. Bolt rail elements end -to -end and lap splices in the direction of traffic. Field -drill or punch holes in rail elements for special details, only when approved. 3.3. Short Radius. Special rail fabrication with a required radius must be as shown on the plans. 3.4. Terminal Anchor Posts. Embed terminal anchor posts in concrete, unless otherwise shown on the plans. 3.5. Galvanizing Repair. Repair all parts of galvanized steel posts, washers, bolts, and rail elements after erection where galvanizing has become scratched, chipped, or otherwise damaged. Repair in accordance with Section 445.3.5., "Repairs." 3.6. Guardrail Adjustment. Work includes vertical adjustment, horizontal shift, and overlap of the rail element to meet the detail shown on the plans. 3.7. Curb. If indicated in the details, construct the curb shown with metal beam guard fence transition as required by Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." 3.8. Driveway Terminal Anchor Posts. Embed terminal anchor posts in concrete, unless otherwise shown on the plans. 4. MEASUREMENT 4.1. Guard Fence. Measurement will be by the foot of fence. Fence will be measured on the face of the rail in place, from center -to -center of end splice locations. 4.2. Terminal Anchor Sections. Measurement will be by each section, complete in place, consisting of a terminal anchor post and one 25-ft. section of rail element. 4.3. Transitions. Transitions for rail connection will be measured by each transition. 4.4. Short Radius. Measurement will be by the foot to the nearest whole foot along the face of the rail in place, from beginning of radius (first CRT post) to the end of radius. 4.5. Driveway Terminal Anchor Section. Measurement will be by each section, complete in place, consisting of a driveway terminal anchor post and one 6-ft. section of rail element. 4.6. Downstream Anchor Terminal. Measurement will be by each section, complete in place, consisting of one W-Beam end section, 2 downstream anchor posts, and one rail section. 4.7. Long Span System. Measurement will be by the foot of fence. Fence will be measured on the face of the rail, in place, between the first CRT and last CRT posts in the system. 5. PAYMENT The work performed and material furnished in accordance with this Item and measured as provided under "Measurement" will be paid at the unit price bid for "Metal W-Beam Guard Fence" of the post type specified; "Metal Thrie Beam Guard Fence" of the post type specified; "Terminal Anchor Section"; "Metal Beam Guard Fence Transition" of the type specified; "Metal W-Beam Guard Fence Adjustment'; "Metal Thrie Beam Guard Fence Adjustment; "Terminal Anchor Section Adjustment; "Transition Adjustment; "Short Radius"; "Driveway Terminal Anchor Section; "Downstream Anchor Terminal; or "Metal Beam Guard Fence (Long Span System)." When weathering steel is required, Type IV will be specified. 745 540 Samples furnished to the Department for testing purposes, special backfill materials, and concrete curbs will not be paid directly but are subsidiary to this Item. 5.1. Guard Fence. The price bid for "Metal W-Beam Guard Fence" or "Metal Thrie Beam Guard Fence" is full compensation for materials, hauling, erection, setting posts in concrete, blocks, driving posts, excavating, backfilling, equipment, labor, tools, and incidentals. 5.2. Terminal Anchor Section. When a separate bid item is specified, the price bid for "Terminal Anchor Section" is full compensation for furnishing the rail element, anchor assembly, terminal anchor post, and foundations; installing the rail element anchor assembly and the terminal anchor post and foundations; excavation and backfilling; and equipment, labor, tools, and incidentals. 5.3. Transition. The price bid for "Metal Beam Guard Fence Transition" is full compensation for furnishing nested sections of Thrie Beam; nested sections of W-Beam; Thrie Beam to W-Beam transitional rail piece, posts, concrete, curb, and connections to W-Beam guard fence and bridge rails; Thrie Beam terminal connectors; excavation and backfilling; and equipment, labor, tools, and incidentals. 5.4. Guardrail Adjustment. The price bid for "Metal W-Beam Guard Fence Adjustment," "Metal Thrie Beam Guard Fence Adjustment," "Terminal Anchor Section Adjustment," and "Transition Adjustment' is full compensation for furnishing materials not supplied by the Department, drilling holes in posts, hauling, erection, blocks, excavation, backfill, cleaning, salvaging materials, setting rail element anchor assembly and terminal anchor post, removal of rail element, concrete, curb, equipment, labor, tools, and incidentals. 5.5. Short Radius. The price bid for "Short Radius" is full compensation for furnishing special rail fabricated metal beam guard fence, CRT posts, steel posts, sand barrels, end terminal, cable anchor, materials, hauling, erection, blocks, driving posts, excavating, backfilling, equipment, labor, tools, and incidentals. 5.6. Driveway Terminal Anchor Section. The price bid for "Driveway Terminal Anchor Section" is full compensation for furnishing the rail element, driveway anchor assembly, driveway terminal anchor post, and foundations; installing the rail element anchor assembly and the driveway terminal anchor post and foundations; excavation and backfilling; and equipment, labor, tools, and incidentals. 5.7. Downstream Anchor Terminal. The price bid for "Downstream Anchor Terminal' is full compensation for furnishing the rail element, W-Beam end section, guardrail anchor bracket, shelf angle bracket, channel strut, downstream anchor posts, breakaway cable terminal (BCT) cable anchor assembly, and foundations; installing the BCT cable anchor assembly and the downstream anchor post and foundations; excavation and backfilling; and equipment, labor, tools, and incidentals. 5.8. Long Span System. The price bid for "Metal Beam Guard Fence (Long Span System)" is full compensation for furnishing the rail element, CRT posts, materials, hauling, erection, blocks, driving posts, excavating, backfilling, equipment, labor, tools, and incidentals. 746 544 Item 544 Guardrail End Treatments DESCRIPTION Furnish and install, move, or remove guardrail end treatments. 2. MATERIALS 3. 4. 5. Texas Department of Transportation Furnish new materials from the Department's MPL of rail element manufacturers. Obtain materials at the location shown on the plans when furnished by the Department. CONSTRUCTION Install guardrail end treatments in accordance with manufacturer's assembly and installation requirements and the details shown on the plans. Provide the Engineer with manufacturer's installation and repair manuals specific to the guardrail end treatment. Move or remove guardrail end treatments in accordance with the plans and as directed. Deliver salvageable materials in accordance with the plans or as directed. Dispose of unsalvageable materials in accordance with federal, state, and local regulations. MEASUREMENT This Item will be measured by each guardrail end treatment. PAYMENT The work performed and the materials furnished in accordance with this Item and measured as provided for under "Measurement" will be paid for at the unit price bid for "Guardrail End Treatment (Install)" of the post and type specified where applicable, "Guardrail End Treatment (Move and Reset)," or "Guardrail End Treatment (Remove)." This price is full compensation for foundations, materials, stockpiling, disposal of unsalvageable materials, equipment, labor, tools, and incidentals. Payment for "Guardrail End Treatment (Move and Reset)" will include each guardrail end treatment removed from a stockpile or from an existing location and reset in a new location as detailed on the plans or as directed. Payment for "Guardrail End Treatment (Remove)" will include each guardrail end treatment removed from an existing location and stockpiled at the location designated on the plans, disposed, or as otherwise directed. 750 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350 Revised July 1, 2011 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350 Revised July 1, 2011 NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. Joel East Road, East of CDC CPN 104350 Parcel # 01 2601 Joel East Road Lot 13J, Block 13, Shelby County School Lands THE STATE OF TEXAS § COUNTY OF TARRANT § RIGHT-OF-WAY EASEMENT THAT 2601 JOEL EAST, LLC, hereinafter referred to as "Grantor", for and in consideration of Ten Dollars ($10.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, receipt of which is hereby acknowledged, does Grant, Bargain, and Convey to said City, its successors and assigns, the use, passage in and along the Property ("Property") situated in Tarrant County, Texas, hereinafter described in the attached Exhibits "A" and `B". Grantor does hereby acknowledge and agree that this conveyance to City includes the right of the City to permit the public to use the Property as a public right -of way. Grantor also hereby acknowledges and agrees that this conveyance to City includes the right of the City to construct and install sidewalks and to permit utilities to be situated within the Property as required by the City or by law. "Utilities" includes but are not limited to: water facilities, sewer facilities, gas facilities electric facilities, telecommunication facilities, drainage facilities and other utilities as defined by law. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain and construct the right-of-way improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said Property. This conveyance is being made by Grantor and accepted by the City of Fort Worth subject to all matters of record. TO HAVE AND TO HOLD the above described Property, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. Grantor does hereby bind itself, it's heirs, successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof, when the claim is by, through or under Grantor, but not otherwise, and subject to all matters of record. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] RIGHT-OF-WAY EASEMENT Rev.06/15/2016 FORTWORTH HERETO WITNESS MY HAND this the day of , 20 GRANTOR(S): 2601 Joel East, LLC, a Delaware limited liability company By: Name: Title: Authorized Signatory THE STATE OF TEXAS § COUNTY OF TARRANT § GRANTEE: City of Fort Worth By (Signature): (Print Name) , Title APPROVED AS TO FORM AND LEGALITY (Signature) (Print Name) , Title ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 20 RIGHT-OF-WAY EASEMENT Rev.06/15/2016 FORTWORTH Notary Public in and for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 20 Notary Public in and for the State of Texas RIGHT-OF-WAY EASEMENT Rev.06/15/2016 FoR, T H. EXHIBIT "A" LEGAL DESCRIPTION RIGHT-OF-WAY EASEMENT BEING a 0.4595 acre (20,015 square foot) tract of land situated in the Shelby County School Land Survey, Tract 13- Abstract No. 1375, City of Fort Worth, Tarrant County, Texas, said tract being part of Lot 13J, Block 13. Shelby County School Lands, an addition to the City of Fort Worth according to the plat recorded in Volume 388-150, Page 87, Plat Records, Tarrant County, Texas (P.R.T.C.T.), said tract being more particularly described as follows: BEGINNING at a 518" iron rod with cap stamped "KHA" set for the southwest corner of said Lot 13J, said iron rod also being in the north right-of-way line of Joel East Road (a variable width right-of-way), from which an "X" cut found bears North 62°32'03" West, 49.88 feet, said 'W' cut being the most southerly southwest corner of Lot 4X, Block A, Carter Distribution Center, an addition to the City of Fort Worth according to the plat recorded in Instrument Number ❑217059669, Official Public Records, Tarrant County, Texas (O.P R.T.C.T.) and the southeast corner of Lot 5R2, Block A, Carter Distribution, an addition to the City of Fort Worth according to the plat recorded in Instrument Number D222149220, O.P.R.T.C.T.; THENCE North 00'37'31" West, along the west line of said Lot 13J, a distance of 23.40 feet to a point for comer, said point being the southeast corner of said Lot 4X; THENCE North 89°29'08" East, departing the said west line of Lot 13J, a distance of 849.16 feet to a point for corner in the east line of said Lot 13J and the west line of that tract of land described in Articles of Merger of Missouri Pacific Railroad Company with and into Union Pacific Railroad Company recorded in Volume 13215, Page 130, Deed Records, Tarrant County, Texas (D.R.T.C.T.); THENCE South 28°23'53" East, along the said west line of Lot 13J, a distance of 26.47 feet to a 5/8" iron rod with cap stamped "KHA" set far the southeast corner of said Lot 13J, said iron rod also being in the said north right-of-way line of Joel East Road; THENCE South 89°29'08" West, along the said north right-of-way line of Joel East Road, a distance of 861.50 feet to the POINT OF BEGINNING and containing 20.015 square feet or 0.4595 acres of land, more or less. NOTES Bearing system based on the Texas Coordinate System of 1983 (2011 adjustment), North Central Zone (4202). A survey plat of even survey date herewith accompanies this metes & bounds description. The undersigned, Registered Professional Land Surveyor, hereby certifies that the foregoing description accurately sets out the metes and bounds of the easement tract. �E•OF r MICHAELC. BILLINGSLEY REGISTERED PROFESSIONAL_ LAND SURVEYOR NO, 6558 4MICHAELCLEOBILLING3LF EXHIBIT "A" RIGHT-OF-WAY EASEMENT SHELBY COUNTY SCHOOL LAND SURVEY - TRACT 13 ABSTRACT NO. 1375 CITY OF FORT WORTH TARRANT COUNTY, TEXAS STREET, UN 11 SUITKimlevoHorn UNIT 11 SUITE 130D ' �d 655$ `'� FORT WORTH, TEXAS 76102 �•i OF€$5�0 �04 BUT Chef SL B t. Uegi I'. y 1300 TO. No. 1817) 3356511 PH. 817-335-6511 $ R'v E WWanh. Texas 78102 FIRM 01ON4040 Hnvr.kimlay-hom."M michael.blllingsley(c�kimley-ham,cam � I �� I cimkodby I � NIA SCR I MGB 10f29R022 061310011 1 OF 4 RUSSELL. STAN C I W3 V202211 :09 AM AKIMLEY-H ORNI kFTWVFTW_$ URVEY1061310011-2.601 JpEt AST ROAD REHOU3E1[] 108131001-2E0I JOELELT ROAO WAREHOUSE ROW SUBJECT DVYG RIGHT-OF-WAY EASEMENT Rev.06/15/2016 FoR, T H. 1*:4011:3111iii:311 NORTH 0 25 59 GRAPHIC SCAT E IN FF.. ET 0 ¢ N ¢ co 1-� Zrn Von UAL) m Co � D ❑ }- Of 0 � � -3 O0 z U-) h ¢s N Cc z f Ov av I xFJ Nfi2°32'03"UU� 49813' i LOT 13J, BLOCK 13 SHELBY COUNTY SCHOOL LANDS (VOL. 388-150, PG. 87) 2601 JOEL EAST, LLC (INST. No. D222181540) RIGHT-OF-WAY EASEMENT co LLI 0.4595 ACRES 20,015 SQ. FT. i 9'08"E 849.1& W LU 2 08 61.50 1 i � SHELBY COUNTY SCHOOL LAND SURVEY, TRACT 13-ABSTNO. 1375 SHELBY COUNTY SCHOOL LAND SURVEY, TRACT 12-AHSTNO. ISM� JOEL EAST ROA [VARIABLE WIDTH RIGHT-OF-WAY, P.O.B. TEXAS ELECTRIC SERVICE COMPANY (VOL. 2911, PG. 367) LEGEND LINE TABLE D 0 � P.O.B.=POINT OF BEGINNING NO. BEARING LENGTH IRFC = IRON ROD WICAP FOUND IRSC = IRON ROD WICAP SET I L1 N00°37'31'1M 23.40' NOTES I L2 $28°23'53"E 26.47' Bearing system based on the Texas Coordinate System of 1983 (2011 adjustment), North Central Zone (4202), A metes and bounds description of even survey date herewith accompanies this survey plat. The undersigned, Registered Professional Land Surveyor, hereby certifies that this survey plat accurately sets out the metes and bounds of the easement tract. EXHIBIT "B" RIGHT -OF --WAY EASEMENT SHELBY COUNTY SCHOOL LAND SURVEY - TRACT 13 /�b112 L tE F.,?F ABSTRACT NO, 1376 �P: T MIC AEL C. BILLINGSLEY:' s CITY OF FORT WORTH REGISTERED PROFESSIONAL #„ �......,,, * TARRANT COUNTY, TEXAS LAND SURVEYOR NO. 6558 MICHAELLCLEO81LLINGSLEY UN 11 SUITRRY STREET, - - Kimley>>) Horn UNIT 11 SUITE 1300 '• ,o fi558 ..,� FORT WORTH, TEXAS 76102 �9y dFE$5�� ti� aol onenr$1-1. Unn 11.A 1soo Tel. No.(817) 93"'311 PH. 817-335-6511 $ U R V Fan W°M,-(, - M102 1 IFW r 10IN04 wvw.kmleµ wm.cm michael.bill€ngs€ey@kim€ey-horn.com D ru" P v etl No' 1!t SCR MC6 1026�P1122 091310011 2OF4 ?USSELL. STAN C 1WU 11202211:09AM%WIMLEY•HCRNkTX_FTWVFTW SVRVEYW613f0311�1 JOEL -AST ROADJAREHOUSE113WGIC61310011-2801 JOEL TROAD WAREHOCSE_ROW _SU8JECT.DVVG RIGHT-OF-WAY EASEMENT Rev.06/15/2016 FoR, T H. JNDRTH- 26 so GRAPHIC SCALE iN FEET a: LEGEND RIG H T-OF-WAY EASEMENT 0.4595 ACRES 20,015 SQ. FT. N89°29'08"E 849.16' LOT 13J, BLOCK 13 SHELBY COUNTY SCHOOLLANOS (VOL. 388-150, PG. 87) 2601 JOEL EAST, LLC (INST. Nu. D222181540) SHELBY COUNTY SCHOOL LAND STIR VEY, TRACT I3-ABSTNO. 1375 - - SHELBY COUNTY SCHOOL LAND SUR VEY. TRACT 12-ABSTNO.. 1375 JOEL OEL EAST T-` OA D (VARIABLE WIDTH RIGHT-OF-WAY) TIE XAS ELECTRIC SERVICE COMPANY (VOL. 2911. PG. 367) P.0.6, = POINT OF BEGINNING 1RFC = IRON ROD VWCAP FOUND 1RSC = IRON ROD VWCAP SET LINE TABLE NO. BEARING LENGTH L7 NOO°37'31'W 23.40' L2 $28°23'53"E 26AT Iw 0 a a w Lu w Iz J a EXHIBIT "Bn RIGHT-OF-WAY EASEMENT SHELBY COUNTY SCHOOL LAND SURVEY - TRACT 13 ABSTRACT NO. 1375 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimlqy)))Horn 901 CM ey Sheer, Unit 11.Tel. Na. Ml 713356511 RAW.nh, TeMas M02 FIFWA10194og0 -Almley hom.cem Scalehere . Pml'E No. Sheet Na 1"=5Q'L2E"HOU AtC6 5029 12 .131.11 3OFA iUSSELL, STANC 1051f202211:07 AML11C1MLEY4i0RN1T%_FTLNFTWSURVEW81310011-2601 JOEL EASTROADSE WG1U6131M-2601 JOEL ROAD NAREHOUSE_ROW _SUBJECT . DWG RIGHT-OF-WAY EASEMENT Rev.06/15/2016 FoR, T H" NDRTH 0 26 50 GRAPHIC SCALE IN PEEP LOT 13J, BLOCK 13 �% A kv, �Nt SHELBY COUNTY RIGHT-OF-WAY a C SCHOOL LANDS � (VOL. 388-150, PG. 87) EASEMENT , UNION PACIFIC a4"c3 0.4595 ACRES RAILROAD COMPANY A 2601 JOEL EAST. LLC ����+� tJ SQ. FT. 1 (VOL 13215, PG. 130) 1 �� LL] I (INST- No- D222181540) d N89°2908" E 849.16' Lu °2 08 861.5 ' SHEtSY COUNTY SCHOOL 1LANO SURVEY, TRACT13-ABSTAIO. 1375 SHELBY COUNTY SCHOOL LAND SURMY. TRAC T 12-AUSTMO. 1375 TEXAS ELECTRIC SERVICE COMPANY (VOL. 2911, PG. 367) LEGEND P 0.8- = POINT OF BEGINNING IRFC = IRON ROD WlCAP FOUND IRSC = IRON ROD WlCAP SET IRSC JOEL EAST ROAD (VARIABLE WIDTH RIGHT-OF-WAY) LINE TABLE NO. BEARINGS LENGTH 1 L1 N00°3T3V W 23-49 L2 528°23'5S'E 26-47' EXHIBIT "B11 RIGHT-OF-WAY EASEMENT SHELBY COUNTY SCHOOL LAND SURVEY - TRACT 13 ABSTRACT NO. 1375 CITY OF FORT WORTH TARRANT COUNTY, TEXAS ao,Kimley)))Horn,re,T5„II Fnn Worth, Texas 79102 FIRM 3 to 194040 mexm t y hum — 3rae 9M!n W C_Reckea by c.w P.m,* Ng IF � 1-z Aj SCR MCS lnnnnn» I oM191o011 I 4014 W SSELL STAN C 1 D131I202211;07 AMINKIMLEY•HORNVTX_5 tWLITW_SURVEY%ml 310011.,am JOEL EAST ROAI1 AR=HouSEju w6'131 1-2601JCEL EASTROAO WAREHOUSE_ROW SQRJECT0M RIGHT-OF-WAY EASEMENT Rev.06/15/2016 FoR, T H. GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350 Revised July 1, 2011 Irerracon GeoRepor t Geotechnical Engineering Report Joel East Road East of CDC Fort Worth, Texas July 14, 2022 Terracon Project No. 95225101 Prepared for: Carter Park East Land, LLC Dallas, Texas Prepared by: Terracon Consultants, Inc. Fort Worth, Texas July 14, 2022 Carter Park East Land, LLC 3819 Maple Avenue Dallas, Texas 75219 Attn: Mr. Matthew E. Colter, Vice President Re: Geotechnical Engineering Report Joel East Road East of CDC Joel East Road and Wichita Street Fort Worth, Texas Terracon Project No. 95225101 Dear Mr. Colter: • We have completed the Geotechnical Engineering services for the above referenced project. This study was performed in general accordance with Terracon Proposal No. P95225101 dated June 2, 2022. This report presents the findings of the subsurface exploration and provides geotechnical recommendations concerning earthwork and the design and construction of pavement for the proposed project. We appreciate the opportunity to be of service to you on this project. If you have any questions concerning this report or if we may be of further service, please contact us. Sincerely, Terracon Consultants, Inc. Ssal Senior Staff Engineer 7/14/2022 .:..•...• .................•.•.... , CHERYL C, PEORAZA ................................... 9 p•., 2p Cheryl C. Pedraza, P.E. Geotechnical Department Manager Terracon Consultants, Inc. 1801 Handley Ederville Road Fort Worth, Texas 76118 Registration No. F-3272 P (8171 268 8600 F (8171 268 8602 terracon.com/offices/fort-worth REPORT TOPICS INTRODUCTION.............................................................................................................1 SITE CONDITIONS.........................................................................................................1 PROJECT DESCRIPTION..............................................................................................2 GEOTECHNICAL CHARACTERIZATION...................................................................... 2 ENGINEERING RECOMMENDATIONS......................................................................... 3 GENERALCOMMENTS................................................................................................. 6 FIGURES........................................................................................................................ 8 Note: This report was originally delivered in a web -based format. Orange Bold text in the report indicates a referenced section heading. The PDF version also includes hyperlinks which direct the reader to that section and clicking on the GeoReport logo will bring you back to this page. For more interactive features, please view your project online at cl ient.terracon.com. ATTACHMENTS EXPLORATION AND TESTING PROCEDURES SITE LOCATION AND EXPLORATION PLANS EXPLORATION RESULTS SUPPORTING INFORMATION Note: Refer to each individual Attachment for a listing of contents. Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report Joel East Road East of CDC Joel East Road and Wichita Street Fort Worth, Texas Terracon Project No. 95225101 July 14, 2022 INTRODUCTION This report presents the results of our subsurface exploration and geotechnical engineering services performed for the proposed Joel East Road East of CDC improvement project to be located at Joel East Road and Wichita Street in Fort Worth, Texas. The purpose of these services is to provide information and geotechnical engineering recommendations relative to: Subsurface soil conditions Site preparation and earthwork Groundwater conditions Pavement design and construction The geotechnical engineering Scope of Services for this project included the advancement of three test borings to depth of about 10 feet below existing site grades. Maps showing the site and boring locations are shown in the Site Location and Exploration Plak sections, respectively. The results of the laboratory testing performed on soil samples obtained from the site during the field exploration are included on the boring logs and as separate graphs in the Cxploration Results section. SITE CONDITIONS The following description of site conditions is derived from our site visit in association with the field exploration and our review of publicly available geologic and topographic maps. Item Description Parcel Information The project is located along Joel East Road in Fort Worth, Texas. 32.645622°N, 97.290201 °W (approximate) See ite Location Existing Improvements Joel East Road with underground and overhead utilities Current Ground Asphalt, grass and few trees Cover Existing Topography Proposed improvement area appears to be relatively level Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report lrerracon Joel East Road East of CDC Fort Worth, Texas July 14, 2022 Terracon Project No. 95225101 GeORepOPt PROJECT DESCRIPTION Our initial understanding of the project was provided in our proposal and no comments have been made by the design group/client and our final understanding of the project conditions is as follows: Item Description We understand that stretch of the Joel East Road (approximately 900 lineal Project Description feet located about 1,000 feet west of Wichita Street) will be improved The planned roadway will be Portland cement concrete paving in accordance Pavements with the City of Fort Worth Pavement Design Manual dated January 29, 2015. The road will be classified as an arterial by the City of Fort Worth. Traffic (per the city of Fort Worth Pavement Annual ESALs: 300,000 Design Manual) GEOTECHNICAL CHARACTERIZATION We have developed a general characterization of the subsurface conditions based upon our review of the subsurface exploration, laboratory data, geologic setting and our understanding of the project. This characterization, termed GeoModel, forms the basis of our geotechnical calculations and evaluation of site preparation and foundation options. Conditions encountered at each exploration point are indicated on the individual logs. The individual logs can be found in the Exploration Results section and the GeoModel can be found in the Figure section of this report. As part of our analyses, we identified the following model layers within the subsurface profile. For a more detailed view of the model layer depths at each boring location, refer to the GeoModel. Model Layer Layer Name 1 Clay Groundwater Conditions General Description Fat Clay (CH) and Lean Clay (CL); gray, tan and brown The boreholes were observed while drilling and after completion for the presence and level of groundwater. Groundwater was not observed in the boring while drilling, or for the short duration the borings could remain open. However, this does not necessarily mean the borings terminated above groundwater, or the water levels summarized above are stable groundwater levels. Due to the low permeability of the soils encountered in the borings, a relatively long period may be necessary for a groundwater level to develop and stabilize in a borehole. Long term observations in Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report Joel East Road East of CDC Fort Worth, Texas July 14, 2022 Terracon Project No. 95225101 lrerracon GeoReport piezometers or observation wells sealed from the influence of surface water are often required to define groundwater levels in materials of this type. Groundwater level fluctuations occur due to seasonal variations in the amount of rainfall, runoff and other factors not evident at the time the borings were performed. Therefore, groundwater levels during construction or at other times in the life of the structure may be higher or lower than the levels indicated on the boring logs. The possibility of groundwater level fluctuations should be considered when developing the design and construction plans for the project. ENGINEERING RECOMMENDATIONS We understand that stretch of the Joel East Road (approximately 900 lineal feet located about 1000 feet west of Wichita Street) will be improved. The road will be classified as an arterial by the City of Fort Worth. Three borings were extended to a depth of about 10 feet along the sides of the existing Joel East Road. General Site Grading A grading plan was not provided for the roadway alignment. We expect nominal cut and fill and to be necessary to achieve final grades. Based on the conditions encountered in the borings, excavations will encounter fat and lean clays. During excavations, applicable OSHA standards should be followed based on soil types and noted consistencies. The soils will need to be sloped or braced during construction. A fill against excavated slopes should be placed in relatively horizontal lifts. When placing fill on existing slopes that are steeper than about 6H:1V, the fill should be benched into the slope. This breaks up potential slide planes and permits relatively horizontal lift placement. Any lift that becomes desiccated, rutted, or disturbed should be reworked prior to placing a subsequent lift. The on -site soils free of rock greater than 4 inches in maximum dimension are suitable for use in general site grading. Imported material should be a clean clay soil (free of deleterious materials and debris) with a liquid limit less than 70 percent and no rock greater than 4 inches in maximum dimension. Prior to placing any fill, the areas to receive fill will need to be stripped and grubbed. The subgrade should then be proofrolled. Any soft or pumping areas should be excavated to firm ground and properly backfilled. The subgrade should be scarified to a minimum depth of 8 inches and uniformly compacted as discussed in section Compaction Requirements. The fill materials should then be spread in loose, relatively horizontal lifts, less than 9 inches in thickness, and uniformly compacted to the same criteria. If filling is suspended and the subgrade becomes desiccated or rutted, it should be reworked prior to placement of a subsequent lift. Responsive ■ Resourceful ■ Reliable 3 Geotechnical Engineering Report lrerracon Joel East Road East of CDC Fort Worth, Texas July 14, 2022 Terracon Project No. 95225101 GeoReport Compaction Requirement Recommendations for compaction are presented in the following table. We recommend that engineered fill be tested for moisture content and compaction during placement. Should the results of the in -place density tests indicate the specified moisture or compaction limits have not been met, the area represented by the test should be reworked and retested as required until the specified moisture and compaction requirements are achieved. Item Subgrade preparation to receive fill Maximum lift thickness General site fills and lime treated subgrades Lime/Sulfate Induced Heave Description Surface scarified to a minimum depth of 8 inches 9 inches or less loose lift thickness A minimum of 95% maximum standard Proctor dry density (ASTM D698) in the range of -1 to +4 percentage points of optimum moisture content Sulfate tests performed at the time of our investigation indicated sulfate content less than 100 ppm. When the sulfate concentrations are less than 3,000 ppm, the subgrade soils are considered to be suitable for lime treatment in the conventional manner using a single lime application. Imported fill material should be tested for soluble sulfate to evaluate the suitability of soils for lime stabilization. Pavement Subgrade Preparation Subgrade materials encountered consisted of clay soils. These soils are subject to loss of support with the moisture increases that can occur beneath paving. The clay soils react with hydrated lime, which serves to improve and maintain their support value. Lime treatment is recommended beneath pavement sections. We recommend that a minimum of 9 percent lime by dry weight be used to treat the subgrade soils at this site. The lime should be thoroughly mixed and blended with the top 8 inches of the subgrade (TxDOT Item 260). The lime modified subgrade should be uniformly compacted as discussed in section Compaction Requirements. Pavement subgrades should be protected from traffic or ponding water. They should be moist cured until the pavement is placed. Site grading is generally accomplished early in the construction phase. However, as construction proceeds, the subgrade may be disturbed due to utility excavations, construction traffic, desiccation, or rainfall. As a result, the pavement subgrade may not be suitable for pavement construction and corrective action will be required. The subgrade should be carefully evaluated at the time of pavement construction for signs of disturbance or excessive rutting. If disturbance Responsive ■ Resourceful ■ Reliable 4 Geotechnical Engineering Report Joel East Road East of CDC Fort Worth, Texas July 14, 2022 Terracon Project No. 95225101 lrerracon GeoReport has occurred, pavement subgrade areas should be reworked, moisture conditioned, and properly compacted to the recommendations in this report immediately prior to paving. Pavement Movements Support characteristics of subgrade for pavement design do not account for shrink/swell movements of an expansive clay subgrade, such as soils encountered on this project. Thus, the pavement may be adequate from a structural standpoint, yet still experience cracking and deformation due to shrink/swell related movement of the subgrade. At the time of our field operations on June 24, 2022, the overburden soils varied from wet to dry state. Based on the Plasticity Index (PI) of the soils, the potential vertical rise (PVR) of the site soils is estimated to be on the order of 3 to 5 inches. The PVR is estimated utilizing the TxDOT method TEX-124-E and based on dry soil conditions. Pavement Design Parameters Pavement design for this project is based on procedures outlined by AASHTO for concrete paved roads and pavement design parameters prescribed by the City of Fort Worth's Pavement Design Manual (dated January 29, 2015). The following input parameters were used in the pavement section analysis for a commercial connector road. Input Parameters for Commercial Connector Roads Annual ESALs / Total ESALs Growth factor Design life Initial serviceability, Po Terminal serviceability, Pt Reliability, R Overall standard deviation, So Load transfer ("J" factor) Drainage coefficient Modulus of elasticity of concrete Modulus of rupture of concrete Modulus of reaction of subgrade soil Value 300,000 / 13,000,000 2.5% 30 years 4.5 2.5 90% 0.39 3.0 1.0 4,000 ksi 620 psi 200 pci Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report Joel East Road East of CDC Fort Worth, Texas July 14, 2022 Terracon Project No. 95225101 1 rerracon GeoReport If the pavements are subject to heavier loading and higher traffic counts than the assumed values, this office should be notified and provided with the information, so that we may review these pavement sections and make revisions if necessary. Roadway Pavement Sections Pavement sections were calculated using the AASHTO 1993 design method for the assumptions and design parameters discussed above. A pavement section is presented for an arterial road that consists of Portland cement concrete supported on a lime modified subgrade. Arterial Road Pavement section Thickness (inch) Portland cement concrete 10 Lime modified subgrade, TxDOT Item 260 8 Total pavement thickness 18 The concrete should have a minimum 28-day compressive strength of 4,000 psi and a modulus of rupture of 620 psi. It should contain a minimum of 4.5 ± 1.5 percent entrained air. GENERAL COMMENTS Our analysis and opinions are based upon our understanding of the project, the geotechnical conditions in the area, and the data obtained from our site exploration. Natural variations will occur between exploration point locations or due to the modifying effects of construction or weather. The nature and extent of such variations may not become evident until during or after construction. Terracon should be retained as the Geotechnical Engineer, where noted in this report, to provide observation and testing services during pertinent construction phases. If variations appear, we can provide further evaluation and supplemental recommendations. If variations are noted in the absence of our observation and testing services on -site, we should be immediately notified so that we can provide evaluation and supplemental recommendations. Our Scope of Services does not include either specifically or by implication any environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or identification or prevention of pollutants, hazardous materials or conditions. If the owner is concerned about the potential for such contamination or pollution, other studies should be undertaken. Our services and any correspondence or collaboration through this system are intended for the sole benefit and exclusive use of our client for specific application to the project discussed and are accomplished in accordance with generally accepted geotechnical engineering practices with Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report Joel East Road East of CDC Fort Worth, Texas July 14, 2022 Terracon Project No. 95225101 lrerracon GeoReport no third -party beneficiaries intended. Any third -party access to services or correspondence is solely for information purposes to support the services provided by Terracon to our client. Reliance upon the services and any work product is limited to our client, and is not intended for third parties. Any use or reliance of the provided information by third parties is done solely at their own risk. No warranties, either express or implied, are intended or made. Site characteristics as provided are for design purposes and not to estimate excavation cost. Any use of our report in that regard is done at the sole risk of the excavating cost estimator as there may be variations on the site that are not apparent in the data that could significantly impact excavation cost. Any parties charged with estimating excavation costs should seek their own site characterization for specific purposes to obtain the specific level of detail necessary for costing. Site safety, and cost estimating including, excavation support, and dewatering requirements/design are the responsibility of others. If changes in the nature, design, or location of the project are planned, our conclusions and recommendations shall not be considered valid unless we review the changes and either verify or modify our conclusions in writing. Responsive ■ Resourceful ■ Reliable 7 FIGURES Contents: GeoModel Lime Series Responsive ■ Resourceful ■ Reliable GEOMODEL Joel East Road Improvement Fort Worth, TX Terracon Project No. 95225101 672 670 668 666 d 664 Z 662 0 w660 J W 658 656 654 65? Irerracon GeoReport B-3 ................................................................................................................................................ ... B-2 1 ....................................................................................................................................... ... ... B 1.............................................................. 1.............................................................. ... ... .............................................................................................................................__/c10 ................................................................... —IN ....................................................................... ......... 1 10 This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions. Model Layer Layer Name General Description 1 Clay Fat Clay (CH) and Lean Clay (CL), gray, tan, and brown LEGEND ® Fat Clay ® Lean Clay NOTES: Layering shown on this figure has been developed by the geotechnical engineer for purposes of modeling the subsurface conditions as required for the subsequent geotechnical engineering for this project. Numbers adjacent to soil column indicate depth below ground surface. LIME SERIES 1 rerracon --GeoReport Lime Vs PI 50 45 40 \ 35Qj \ x \ ;0 I � c 15 U 15 I I s- 10 5 0 0 0 2 4 6 8 10 12 % Lime Responsive ■ Resourceful ■ Reliable ATTACHMENTS Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report Joel East Road East of CDC Fort Worth, Texas July 14, 2022 Terracon Project No. 95225101 EXPLORATION AND TESTING PROCEDURES Field Exploration Number of Borings Boring Depth (feet) lferracon GeoReport Planned Location 3 10 Joel East Road Boring Layout and Elevations: Unless otherwise noted, Terracon personnel provided the boring layout. Coordinates were obtained with a handheld GPS unit (estimated horizontal accuracy of about ±10 feet) and approximate elevations were obtained by interpolation from the topographic information available on DFW maps www.dfwmar)s.com . If elevations and a more precise boring layout are desired, we recommend borings be surveyed following completion of fieldwork. Subsurface Exploration Procedures: We advance the borings with a truck -mounted, rotary drill rig using continuous flight augers (solid stem and/or hollow stem as necessary depending on soil conditions). Five samples are obtained in the upper 10 feet of each boring. In the thin -walled tube sampling procedure, a thin -walled tube is pushed hydraulically into the soil to obtain a relatively undisturbed sample. In the split -barrel sampling procedure, a split -barrel sampling spoon is driven into the ground. The samples were placed in appropriate container, taken to our laboratory for testing, and classified under the direction of a geotechnical engineer. In addition, we observe and record groundwater levels during drilling and sampling. For safety purposes, all borings are backfilled with auger cuttings after their completion. Our exploration team prepares field boring logs as part of the standard drilling operations. These field logs include visual classifications of the materials encountered during drilling and our interpretation of the subsurface conditions between samples. Final boring logs are prepared from the field logs. The final boring logs represent the geotechnical engineer's interpretation of the field logs and include modifications based on observations and tests of the samples in our laboratory. Laboratory Testing The project engineer reviewed the field data and assigned laboratory tests to understand the engineering properties of the various soil strata, as necessary, for this project. Procedural standards noted below are for reference to methodology in general. In some cases, variations to methods were applied because of local practice or professional judgment. Standards noted below include reference to other, related standards. Such references are not necessarily applicable to describe the specific test performed. Water (Moisture) Content of Soil Liquid Limit, Plastic Limit, and Plasticity Index of Soils ■ Standard Test Method for Particle Size Analysis of Soils Responsive ■ Resourceful ■ Reliable EXPLORATION AND TESTING PROCEDURES 1 of 2 Geotechnical Engineering Report lrerracon Joel East Road East of CDC Fort Worth, Texas July 14, 2022 Terracon Project No. 95225101 GeORepOPt Unconfined Compressive Strength of Cohesive Soils Material Finer than 75-pm (No. 200) Sieve Absorption Swell Tests Soluble Sulfates Selected samples are tested for soluble sulfates. The results of these tests are presented in the tables below. SUMMARY OF SOLUBLE SULFATES TESTS Boring No. Depth (ft) B-1 0-2 B-2 2-4 B-3 0-2 Soluble Sulfates (ppm) <100 <100 <100 Responsive ■ Resourceful ■ Reliable EXPLORATION AND TESTING PROCEDURES 2 of 2 SITE LOCATION AND EXPLORATION PLANS Contents: Site Location Plan Exploration Plan Note: All attachments are one page unless noted above. Responsive ■ Resourceful ■ Reliable .� t-Joe�.E�St��d r.y�� `r •� Of 4 - # S �; eritie.5t e 2 • 1 1 4 1'C + ' , , S EXPLORATION PLAN Joel East Road East of CDC Fort Worth, Texas July 14, 2022 Terracon Project No. 95225101 lrerracon GeoReport DIAGRAM IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES MAP PROVIDED BY MICROSOFT BING MAPS EXPLORATION RESULTS Contents: Boring Logs (B-1 through B-3) Note: All attachments are one page unless noted above. BORING LOG NO. B-1 PROJECT: Joel East Road Improvement CLIENT: Carter Park East Land LLC Dallas, TX SITE: Joel East Road and Wichita Street Fort Worth, TX w C7 LOCATION See Exploration Plan > 0 U Latitude: 32.6457' Longitude:-97.2890' J 2 w o O O DEPTH FAT CLAY (CH), gray, medium stiff to stiff 1 �.0 LEAN CLAY (CL), tan, stiff to very stiff j 0.0 Boring Terminated at 10 Feet Page 1 of 1 w Z d STRENGTH TEST AT LIMITS w p W F }} F F W > o a Z W 2 ate^ LU F ~w Z �= z w w w 0_ w LU w a z (D LL-PL-PI U �m ¢ ULU � w �X of � 00 �� w O OCo U a — 2.5 (HP) 26.1 — 2.0 (HP) LIC 0.81 7.9 28.2 95 68-24-44 85 5 — 2.0 (HP) 25.3 1 3.75 (HP) LIC 2.06 10.5 16.5 117 28-15-13 3.0 (HP) 16.9 Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic Advancement Method: See Exploration and Testing Procedures for a Notes: Dry Auger description of field and laboratory procedures used i and additional data (If any). Ground surfac elevation estimated from the topographic information available on NCTCOG webpage www.dfwmaps.com See Supporting Information for explanation of Abandonment Method: symbols and abbreviations. Boring backfilled with auger cuttings upon completion. WATER LEVEL OBSERVATIONS Boring Started: 06-24-2022 Boring Completed: 06-24-2022 Groudwater not encountered druing drilling Irerracon Drill Rig: CME 45 Driller: 2501 E Loop 820 N Borehole dry upon completion Fort Worth, TX Project No.: 95225101 BORING LOG NO. B-2 Page 1 of 1 PROJECT: Joel East Road Improvement CLIENT: Carter Park East Land LLC Dallas, TX SITE: Joel East Road and Wichita Street Fort Worth, TX w O LOCATION See Exploration Plan o d STRENGTH TEST LIMITS ATTERBERG w v j }} F F 0 w >? w o z z U Latitude: 32.6452' Longitude:-97.2903' = _ Q L � a o v Z ~ = 0 LU o w w w _J a o w to U` w a W z 2 Z LL-PL-PI U 0 o Qm Q U� w CLX of O �� w O U o Co U a DEPTH 9FAT CLAY (CH), gray, hard — 4.5+ (HP) 20.9 58-20-38 83 LEAN CLAY (CLI, tan, hard LEAN CLAY (CLI, shaley, tan and gray, hard 0 Boring Terminated at 10 Feet c 1 4.5+ (HP) UC 4.19 6.5 18.3 109 4.5+ (HP) 13.9 4.5+ (HP) 14.8 31-17-14 4.5+ (HP) 20.7 Stratification lines are appro)imate. In -situ, the transition may be gradual. Hammer Type: Automatic Advancement Method: See Exploration and Testing Procedures for a Notes: Dry Auger description of field and laboratory procedures used i and additional data (If any). Ground surfac elevation estimated from the topographic information available on NCTCOG webpage www.dfwmaps.com See Supporting Information for explanation of Abandonment Method: symbols and abbreviations. Boring backfilled with auger cuttings upon completion. WATER LEVEL OBSERVATIONS Boring Started: 06-24-2022 Boring Completed: 06-24-2022 Groudwater not encountered druing drilling Irerracon Drill Rig: CME 45 Driller: 2501 E Loop 820 N Borehole dry upon completion Fort Worth, TX Project No.: 95225101 BORING LOG NO. B-3 PROJECT: Joel East Road Improvement CLIENT: Carter Park East Land LLC Dallas, TX SITE: Joel East Road and Wichita Street Fort Worth, TX w C7 LOCATION See Exploration Plan > 0 U Latitude: 32.6458' Longitude:-97.2914° J 2 w o O O DEPTH FAT CLAY (CH), brown and gray, hard 1 �.0 LEAN CLAY (CL), with calcareous nodules, tan, hard i j 0.0 Boring Terminated at 10 Feet Page 1 of 1 AT w Z d STRENGTH TEST LIMITS w p W F }} F F W > o Z a w 2 ate^ LU F ~w Z �= z w (D w w w 0_ g LU w a z LL-PL-PI U ow �m ¢ 1 w 2� � w O O 0- U 4.5+ (HP) 4.5+ (HP) 5 — 4.5+ (HP) 4.5+ (HP) 4.5+ (HP) 10 12.9 53-18-35 15.2 13.0 10.2 Bw 37-17-20 Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic Advancement Method: See Exploration and Testing Procedures for a Notes: Dry Auger description of field and laboratory procedures used i and additional data (If any). Ground surfac elevation estimated from the topographic information available on NCTCOG webpage www.dfwmaps.com See Supporting Information for explanation of Abandonment Method: symbols and abbreviations. Boring backfilled with auger cuttings upon completion. WATER LEVEL OBSERVATIONS Boring Started: 06-24-2022 Boring Completed: 06-24-2022 Groudwater not encountered druing drilling Irerracon Drill Rig: CME 45 Driller: 2501 E Loop 820 N Borehole dry upon completion Fort Worth, TX Project No.: 95225101 SUPPORTING INFORMATION Contents: Unified Soil Classification System General Notes to Log Terms Note: All attachments are one page unless noted above. UNIFIED SOIL CLASSIFICATION SYSTEM lrern GeoReport Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests Coarse -Grained Soils: More than 50% retained on No. 200 sieve Clean Gravels: Gravels: Less than 5% fines More than 50% of coarse fraction retained on No. 4 sieve Gravels with Fines: More than 12% fines c Sands: 50% or more of coarse fraction passes No. 4 sieve Clean Sands: Less than 5% fines Sands with Fines: More than 12% fines Cu>:4and 1<<Cc<<3 Cu < 4 and/or [Cc<1 or Cc>3.0] Fines classify as ML or MH Fines classify as CL or CH Cu>-band 1 <<Cc<<3 Cu < 6 and/or [Cc<1 or Cc>3.0] Fines classify as ML or MH Fines classify as CL or CH Soil Classification Group Symbol Group Name GW Well -graded gravel GP Poorly graded gravel GM Silty gravel F, c, H GC Clayey gravel F, c, H SW Well -graded sand SP Poorly graded sand SM Silty sand c, H, i SC Clayey sand c, H, i PI > 7 and plots on or above "A" CL Lean clay K, L, M Inorganic: Silts and Clays: PI < 4 or plots below "A" line ML Silt K, L, M Liquid limit less than 50 Liquid limit - oven dried Organic clay K, L, M, N Fine -Grained Soils: Organic: < 0.75 OL Liquid limit - not dried Organic silt K, L, M, o or more passes the No. No. 200 sieve Inorganic: PI plots on or above "A" line CH Fat clay K, L, M Silts and Clays: PI plots below "A" line MH Elastic Silt K, L, M Liquid limit 50 or more Liquid limit - oven dried Organic clay K, L, M, P Organic: < 0.75 OH Liquid limit -not dried Organic silt K, L, M, o Highly organic soils: Primarily organic matter, dark in color, and organic odor PT Peat Based on the material passing the 3-inch (75-mm) sieve. If fines are organic, add "with organic fines" to group name. If field sample contained cobbles or boulders, or both, add "with cobbles If soil contains >- 15% gravel, add "with gravel" to group name. or boulders, or both" to group name. If Atterberg limits plot in shaded area, soil is a CL-ML, silty clay. Gravels with 5 to 12% fines require dual symbols: GW-GM well -graded If soil contains 15 to 29% plus No. 200, add "with sand" or "with gravel with silt, GW-GC well -graded gravel with clay, GP -GM poorly gravel," whichever is predominant. graded gravel with silt, GP -GC poorly graded gravel with clay. If soil contains >_ 30% plus No. 200 predominantly sand, add Sands with 5 to 12% fines require dual symbols: SW-SM well -graded " sandy" to group name. sand with silt, SW -SC well -graded sand with clay, SP-SM poorly graded sand with silt, SP-SC poorly graded sand with clay. If soil contains >- 30% plus No. 200, predominantly gravel, add z "gravelly" to group name. (D30) PI >: 4 and plots on or above "A" line. Cu = D60/D,o Cc = PI < 4 or plots below "A" line. D10 x D60 "A" PI plots on or above line. F If soil contains >- 15% sand, add "with sand" to group name. PI plots below "A" line. c If fines classify as CL-ML, use dual symbol GC -GM, or SC-SM 60 I I For classification of fine-grained ' soils and fine-grained fraction 50 —of coarse -grained soils �ej_ Z Equation of "A" - line Horizontal at PI=4 to LL=25.5. X 40 — then 13I=0.73 (LL 20) O� W' ❑ Equation of "U" - line �ot Z Vertical at LL=16 to PI=7, G >- 30 — then PI=0.9 t� O � o 20 GV CL / MH or OH CL ll 10 i 7 CL - ML 4 -- ML or OL 0 0 10 16 20 30 40 50 60 70 80 90 100 110 LIQUID LIMIT (ILL) GENERAL NOTES TO LOG TERMS Irerracon GeoRepo& rSAMPLING WATER LEVEL �e �FbxkCora Cuttings Water Initially Encountered Water Level After a Specified Period of Time ®Grab 'Shelby Sam* Tube � Water Level After a Specified Period of Time ®St8Dd,md W Water levels indicated on the soil boring logs are the levels neua+;o„ Teveas Cone measured in the borehole at the times indicated. Testneirorrkier Groundwater level variations will occur overtime. In low permeability soils, accurate determination for groundwater levels is not possible with short term water level observations. DESCRIPTIVE SOIL CLASSIFICATION FIELD TESTS N Standard Penetration Test Resistance (Blows/Ft) (HP) Hand Penetrometer (T) Torvane (DCP) Dynamic Cone Penetrometer UC Unconfined Compressive Strength (PID) Photo -Ionization Detector (OVA) Organic Vapor Analyzer Soil classification is based on the Unified Soil Classification System. Coarse Grained Soils have more than 50% of their dry weight retained on a #200 sieve; their principal descriptors are: boulders, cobbles, gravel, or sand. Fine Grained Soils have less than 50% of their dry weight retained on a #200 sieve; they are principally described as clays if they are plastic, and silts if they are slightly plastic or non -plastic. Major constituents may be added as modifiers and minor constituents may be added according to the relative proportions based on grain size. In addition to gradation, coarse - grained soils are defined on the basis of their in -place relative density and fine-grained soils on the basis of their consistency. Unless otherwise noted, Latitude and Longitude are approximately determined using a hand-held GPS device. The accuracy of such devices is variable. Surface elevation data annotated with +/- indicates that no actual topographical survey was conducted to confirm the surface elevation. Instead, the surface elevation was approximately determined from topographic maps of the area. 0Z14Z100:aI=1:IJ,K RELATIVE DENSITY OF COARSE -GRAINED SOILS CONSISTENCY OF FINE-GRAINED SOILS (50% or more passing the No. 200 sieve.) (More than 50% retained on No. 200 sieve.) Consistency determined by laboratory shear strength testing, field visual -manual Density determined by Standard Penetration Resistance procedures or standard penetration resistance Standard Penetration or Standard Penetration or Descriptive Term Descriptive Term Unconfined Compressive Strength N-value N-value (Density) (Consistency) Qu, (tsf) Blows/Ft. Blows/Ft. Very Loose 0-3 Very Soft Less than 0.25 0-1 Loose 4-9 Soft 0.25 to 0.5 2-4 Medium Dense 10 — 29 Medium Stiff 0.5 to 1.00 4-8 Dense 30 — 50 Stiff 1.00 to 2.00 8 — 15 Very Dense >50 Very Stiff 2.00 to 4.00 15 — 30 Hard >4.00 >30 RELATIVE PROPORT ONS OF SAND AND GRAVEL RELATIVE PROPORTIONS OF FINES Descriptive Term(s) of Percent of Descriptive Term(s) of Percent of other constituents Dry Weight other constituents Dry Weight Trace <15 Trace <5 With 15 — 29 With 5-12 Modifier >30 Modifier >12 GRAIN SIZE TERMINOLOGY PLASTICITY )ESCRIPTION Major Component of Sample Particle Size Term Plasticity Index Boulders Over 12 in. (300 mm) Non -plastic 0 Cobbles 12 in. to 3 in. (300 mm to 75 mm) Low 1 — 10 Gravel 3 in. to #4 sieve (75mm to 4.75mm) Medium 11 — 30 Sand #4 to #200 sieve (4.75mm to 0.075mm) High >30 Silt or Clay Passing #200 sieve (0.075mm) r verracon November 18, 2022 Carter Park East Land, LLC 3819 Maple Avenue Dallas, Texas 75219 Attn: Mr. Matthew E. Colter, Vice President Re: Addendum to Geotechnical Engineering Report (Revised) Joel East Road East of CDC Fort Worth, Texas Dear Mr. Colter: 1801 Handley-Ederville Rd Fort Worth, TX 76118 P (817) 268-8600 Terracon.com We submitted our geotechnical engineering report (Terracon Project 95225101) for the above reference project on July 14, 2022. Based on an email sent by Matthew Stevens (Kimley-Horn, dated 9/20/2022); we understand that City of Fort Worth is requesting Terracon's additional recommendations for subgrade design for minimal cover at the box culvert and asphalt transition design. See below our recommendations as requested. Subgrade design for minimal cover at box culvert: Flexible base material can be used in place of the lime treated subgrade over the culvert. The flexible base material should meet the requirements of TxDOT 1 Item 247, Type A or D, Grade 1-2 and be compacted at a minimum of 95% maximum standard Proctor dry density (ASTM D 698) in the range of -2 to +2 percentage points of optimum moisture content. A minimum of six inches of flexible base should be used beneath the pavement. However, in areas where the box culvert encroaches into the flexible base, the flexible base can be reduced in thickness (i.e. placed on top of the box culvert). The culvert should be designed to carry the full load of the traffic. Asphalt Transition Design: The following input parameters were used in the asphalt pavement section analysis for an arterial connector road. Input Parameters for Arterial Connector Roads Annual ESALs / Total ESALs Growth factor Design life Initial serviceability, Po Terminal serviceability, Pt Reliability, R Overall standard deviation, So Value 300,000 / 13,000,000 2.5% 30 years 4.2 2.5 90% 0.45 Addendum to Geotechnical Engineering Report Joel East Road East of CDC u Fort Worth, Texas r@rracon November 18 2022 w Terracon Project No. 95225101 Input Parameters for Arterial Connector Roads Value Design CBR (psi) 10 Asphalt pavement sections were calculated using the AASHTO 1993 design method for the assumptions and design parameters discussed above. A pavement section is presented for an arterial road that consists of asphalt cement concrete supported on a lime modified subgrade. Arterial Road Pavement section Thickness (inch) Asphalt Concrete Pavement, TOOT Type D 3.5 Asphalt Concrete Pavement, TOOT Type B 7 Lime modified subgrade, TxDOT Item 260 8 Total pavement thickness 18.5 Closing All other recommendations in the original report remain unchanged. If you need any additional information or if we may be your future help, please do not hesitate to contact us. Sincerely, Terracon Consultants, Inc. Firm Registration No. F-3272 Susl / ' husal, E.I.T. Senior Staff Engineer u,le,]o22 j 5A% c-Vi ........................I......... CHERYL C. PEDRAZA :.................................... (I-P 104754 / t 0". �. . �PU�CG�^n tt �j�NAL�E���?: Ch rylE. Pedraza, P.E. Geotechnical Department Manager Explore with us 2 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350 Revised July 1, 2011 FORT WORTH. October 1, 2022 Mr Cody Brewer Kimley-Horn and Associates, Inc. 801 Cherry St, Ste 1300 Fort Worth, TX 76102 Sent via email: cody.brewer@kimley-hom.com Dear Mr Brewer, This letter permits you and/or your representative to remove all of the hackberries determined to be in the existing street right-of-way from the 2100 Blk Joel East Rd street right-of-way, per the attached plans. There is no mitigation requirement. The following trees are prohibited on city parkways: Ash Hackberry Bradford pear Mimosa Cottonwood Mulberry Siberian elm Willow Silver maple Sycamore You are responsible for making sure the removal and/or planting does not violate any private deed restrictions for your neighborhood, or procuring any additional approval needed from any PID, TIF or Design Review Board that may govern in your area. If I can be of any further assistance, please contact me at 817-392-5738. Sincerely, Melanie Migura, Forester, for Craig Fox, City Forester Park & Recreation Department c: file\Joel East Road East of CDC, IPRC22-0170 PARK & RECREATION DEPARTMENT City of Fort Worth, 4200 South Freeway, Suite 2200, Fort Worth Texas, 76115-1499 (817)-392-5700(PARK) Fax (817)-392-5724 Application for Tree Removal Permit on City of Fort Worth property including parkways and medians Ci Submit to: City Forester 2525 Joe B Rushing Rd Fort Worth, TX 76119 Section 1 — Applicant Information Applicant/contractor Carter Park East Phase V Joel East Road, East of CDC Contact Name Cody Brewer Title Professional Engineer Street Address 801 Cherry Street, Suite 1300 City Fort Worth State Texas Zip Code 76102 Phone 817-339-2269 Email address cody.brewer@kimley-horn.com List Applicable Permit Numbers (UFC, IPRC, CG, MFD): I PRC22-0170 Section 2 — Location Location address Joel East Road, East of CDC. Business/Residence Industrial Park Name of Business Carter Park East Land, LLC Section 3 — Reason for Removal IPRC22-0170 proposes road widening and storm line extension to serve Joel East Road. Trees in City of Fort Worth ROW will need to be removed for construction. Attach site plan drawn to scale showing location of all trees by size (DBH) and species, identify those to be removed, and any existing man made features. Site plan should include layer demonstrating why trees must be removed, such as proposed turn lane, drive approach or grade change. Plan must also include north arrow, scale bar, City trees to remain on site, any proposed planting on city property and planting details along with method of watering. Section 4 — Miti Prohibited trees may be permitted for removal from parkway and/or median without mitigation. Trees in alley may be permitted for removal, usually without mitigation. Trees or shrubs listed in the Nonnative Invasive Plants of Southern Forests published by USDA may be removed without mitigation regardless of location. All other trees less than 30" in DBH permitted for removal must be mitigated on an inch per inch basis. Trees 30" DBH or greater are mitigated on a 2 inch per inch basis. Mitigation trees must be planted on City ROW, median or other public land. They must be watered and maintained for a period of 2 years, or until established, whichever is greater. If mitigation on site is not possible or desirable, mitigation into the tree fund can be made in the amount of $200 per inch not planted. Mitigation trees must be planted before final inspection of the site. Mitigation to the tree fund must be made at time of permit. A tree planting permit will be issued for trees to be planted on City property at the same time as the tree removal permit. You must submit a tree planting plan and follow guidelines for planting in the ROW (see attached). Trees prohibited on the parkways and medians. Does not pertain to other City owned property. Ash (Fraxinus sp) Siberian Elm (Ulmus pumila) Callery Pear (Pyrus calleryana) Silver Maple (Acer saccharinum) Cottonwood (Populus deltoides) Sycamore (Plantanus occidentalis) Hackberry (Celtis sp.) Willow (Salix sp.) Mulberry (Morus sp) *Any tree listed in the Nonnative Invasive Plants of Southern Forests published by the USDA Forest Service Revised August 2020 Guidelines for Landscaping in Parkways Public Open Space Easement (P.O.S.E.) 0 w 0 c� M re. 40 feet Elm 5t walks, signs, trees, shrubs, cars, trucks, etc., illustration. A 40-foot by 40-foot triangular public open space easement is required on corner lots at the intersection of two streets. A 15-foot by 15-foot triangular public open space of easement is required on corner lots at the intersection of an alley and a street. In addition, at the intersection of a driveway or turnout section and a dedicated alley, a 10-foot by 10-foot triangular open space easement is to be provided on each side at the driveway or turnout at the time the driveway and/or alley is constructed. Measurements are made from the face of curb or equivalent area. No structure, object, or plant of any type may obstruct vision from a height of 24-inches to a height of 11 feet above the top of the curb, including, but not limited to buildings, fences, in the public open space easement as shown on the • A medium or large tree shall be planted a minimum of 2 feet from the face of the curb, sidewalk, or other structure. • A small tree or shrub shall be planted a minimum of 1.5 feet from the face of the curb, sidewalk, or other structure. • A minimum planting area of 3 feet must be available between back of curb and sidewalk to plant any small tree or large shrub and a minimum of 4 feet to plant large trees. • Trees must be placed a minimum of 10' from street lights and storm drains. • Small trees must be planted a minimum of 5' from underground utility boxes. • Large trees must be planted a minimum of 10' from underground utility boxes. • Projects involving 21 or more trees proposed in the parkway must have no more than 30% of the trees from the same subgenus (e.g., red oaks or white oaks). • Projects involving between 5 and 21 proposed trees in the parkway must have no more than 50% of the trees in the same subgenus (e.g., red oaks or white oaks). • In residential areas a minimum spacing of twenty-five feet is recommended between shade trees planted on parkways and is required in commercial districts or major arterial streets. • All landscaping shall be located so that pedestrians can walk parallel to the street within the parkway whether a paved sidewalk is or is not provided. • No tree or shrub shall obstruct the view of any traffic signal, sign, or other public sign. • Trees planted under power lines shall be a species that reaches a height of 25' or less upon maturity. • Any tree or shrub planted in the parkway is the property of the City and the City reserves the right to prune or remove such tree or shrub if it becomes a traffic hazard or poses risk. • Planting trees or shrubs on any public property requires a permit from the Park & Recreation Department can be obtained by calling the City Forester at 817-392-5738 or visiting fortworthtexas.gov/forestry. • The following trees are prohibited on City parkways: ash (Fraxinus sp.), callery pear (Pyrus calleryana), cottonwood (Populus deltoides), hackberry (Celtis sp.), mulberry (Morus sp.), Siberian elm (Ulmus pumila), silver maple (Acer saccharinum), sycamore (Platanus sp.), willow (Salix sp.), or any species of tree, shrub, vine or grass listed in the Nonnative Invasive Plants of Southern Forests published by the United States Department of Agriculture Forest Service. Revised August 2020 w U) D w Li �z Lu W K aF- Q K U aco 0 Qa �o �Q U of 20 OLL � ~ Y w0 J I_ U} 0 J wa rn J CLZ) �0 I_ U� LL wLLI U) J a w= xU) ~ U of z 0— LL C6 J L'J z~ OU QO w a F-z Z z a Cf)z LLI U W UJ � Y O Zm wz g0 zo zz< 0 Qa E i � C to c a V i %C W L d w K a W F a Q c N � a o L CNN 0 00 w V m U � M i �CENU'N L o L wxwAi 9 U r F i W n Q z vn t I I I 20' PUBLIC WATER EASEMENT (INST. NO. D217040913) I I I I I I 40' SANITARY SEWER EASEMENT (INST. NO. D207295500) I I I I I 30' PUBLIC ACCESS EASEMENT l i I (INST. NO. D217059669) 30' PUBLIC ACCESS EASEMENT I i i I I (INST. NO. D217040891) 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 LOT 4X, BLOCK A CARTER DISTRIBUTION CENTER II I I I I (INST. NO. D217059669) EXISTING 16" WATER TO REMAIN CPN: 100692 X-24079 1 EXISTING OVERHEAD - - I I t O ELECTRIC TO REMAIN JOEL EAST ROAD — 1±95' LF OF 4'x3' BOX CULVERT - EXISTING HEADWALL - ±1,250 SQ FT OF IMPROVEMENTS EXISTING CURB TO BE TO BE REMOVED TO BE REMOVED EXISTING CONCRETE CPN: 101903 L REMOVED AND REPLACED PAVEMENT TO BE X-25897 OHE )H -- REMOVED OHE —=�v/�Z^ 41+90 42+00 43+00 44+00 45+00 46+005666666M I I \ \\ - 1 - ----_------_�----_--- — — — — — — — — — — — — — — - - - - - - - - - - - - - - OHE CCE OHE OHE� —TE OHE 0 E —T — OHE OHE �I OHE OH� I OHE - OHE ±36' LF FULL - ±235 SQ FT OF EXISTING DEPTH SAWCUT CONCRETE PAVEMENT TO BE REMOVED I OHE IOHE OHE — OHE OHE I OHE hHE OHE OHE OHE — I OAE I OHE OHE — =— EXISTING 12" SANITARY SEWER TO REMAIN CPN: 00640; X-19761 I I / I / I x SANITARY SEWER EASEMENT / I (INST. NO. D207295501) / I / I I / I I I r I I I I I I I I I I I I I I I I I I LOT 13J, BLOCK 13 SHELBY COUNTY SCHOOL LANDS (VOL. 388-150, PG. 87) PROPOSED 25' RIGHT-OF-WAY EASEMENT - BY SEPARATE INSTRUMENT. COFW MTP 80-FOOT IN WIDTH FOR JOEL EAST ROAD EXISTING OVERHEAD - EXISTING 8" RCP ELECTRIC TO REMAIN TO BE REMOVED may' — — — T OHE X��47+00. JOEL EAST ROAD 48;660� \ NORTH \ \ GRAPHIC SCALE IN FEET \ 0 20 40 80 \ \ \ O� �n O O C) \ EXISTING GAS ±23' LF FULL - \ EXISTING RIGHT OF WAY - PROPOSED RIGHT OF WAY TO REMAIN DEPTH SAWCUT EXISTING TREE TO REMAIN \ EXISTING OVERHEAD ELECTRIC TO REMAIN \ \ — _ oHE - oHEi PROPOSED JOEL EAST = pH - OHE OHE — - x ` ROAD CENTERLINE _ _ _ �� - 49+00 50+00 51+00 52+00 �W500 ' xxxxy_x) XXXX......... --------- OHE UGCE OHE l GCE —i; -i.,CE OHE � OliE CE OHE UGCE OHE UGCE — _ _ _ 1OHF HE UGCE �HE OHE OHE OHE . OHE OHE OHE OHE OHF OHE — EXISTING UNDERGROUND EXISTING RIGHT OF WAY JJ EXISTING MCI VAULT TO BE EXISTING MCI VAULT TO BE - OHE OHE OHE OHE O 1E CABLE AND ELECTRIC LINE OHE — RELOCATED (BY OTHERS) RELOCATED (BY OTHERS) I TO REMAIN EXISTING 4'X3' RCB - 24,056 FT2 OF EXISTING - EXISTING OHE - EXISTING 16" WATER - EXISTING FIRE HYDRANT TO BE STORM TO REMAIN ASPHALT PAVEMENT TO REMAIN TO REMAIN RELOCATED CPN: 100692. X-24079 CPN: 101903 TO BE REMOVED CPN: 100692 REFERENCE SHEET C-100. TEXAS ELECTRIC SERVICE COMPANY X-25897 X-24079 (VOL. 2911, PG. 367) X OHE OHE OHE _ OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE Oh OHE OHE O H OHE OHE — OHE OHE O. LOT 6, BLOCK A CARTER PARK EAST GENERAL DEMOLITION NOTES 1. GENERAL CONTRACTOR SHALL COORDINATE DEMOLITION WITH UTILITY SERVICE PROVIDERS FOR CANCELING SERVICE AND CLOSING DOWN SYSTEMS. 2. GENERAL CONTRACTOR SHALL ESTABLISH A DEMOLITION SEQUENCE PLAN THAT ALLOWS PROPER MOBILIZATION AND COORDINATION BETWEEN SUB -CONTRACTORS AND DEMOLITION OF NON -CIVIL ITEMS. 3. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO PROPERLY DISPOSE WASTE AND COMPLY WITH THE STATE OF TEXAS ENVIRONMENTAL LAW. 4. EXISTING LOCATION OF FRANCHISED UTILITY LINES AND CONDUITS IS UNKNOWN. GENERAL CONTRACTOR SHALL UTILIZE MAXIMUM PRECAUTION WHEN EXCAVATING AND REMOVING KNOWN UNDERGROUND UTILITIES. 5. GENERAL CONTRACTOR SHALL IMPLEMENT A STORM EROSION PREVENTION PLAN DURING DEMOLITION AND COMPLY WITH THE APPROVED SWPPP. 6. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO OBTAIN ALL NECESSARY PERMITS FOR SITE DEMOLITION FROM LOCAL, STATE, AND FEDERAL AGENCIES. KIMLEY-HORN AND ASSOCIATES, INC. WILL NOT BE LIABLE FOR ANY STRUCTURAL AND/OR BUILDING DEMOLITION. 7. REFERENCE PAVING, GRADING, DRAINAGE, AND UTILITY PLANS FOR ADDITIONAL DETAILS. CONTRACTOR SHALL KEEP THE DEMOLITION PLAN TOGETHER WITH THE FULL SET OF CONSTRUCTION PLANS. IT WILL BE THE RESPONSIBILITY OF THE CONTRACTOR TO COORDINATE DEMOLITION WITH PROPOSED INFRASTRUCTURE. 8. THE CONTRACTOR SHALL COMPLY WITH URBAN FORESTRY REQUIREMENTS FOR DEMOLITION OF ANY EXISTING TREES. 9. CONTRACTOR TO ADJUST ALL EXISTING STRUCTURES, LIDS, METERS, ETC. TO GRADE ON THE PROPOSED GRADING PLAN. LEGEND SS OHE --- E ---- — — — — HE OHE EXISTING FIRE HYDRANT TO BE EXISTING TREE EXISTING 30" RCP RELOCATED CPN: 100692. X-24079 TO REMAIN TO REMAIN REFERENCE SHEET C-100. pNE EXISTING OW F pNE TO REM PREVENTER TO REMAIN EXISTING 6" SEWER LINE - I pNE TO REMAIN. X-18994 / pNE AE 01* TEXAS ELECTRIC SERVICE COMPANY (RECORDING INFORMATION UNKNOWN) LOT 1, BLOCK 1 WICHITA SPRINGS ADDITION (VOL. 388-175, PG. 57) I I CAUTION EXISTING UNDERGROUND UTILITIES. CONTRACTOR TO VERIFY EXACT LOCATION PRIOR TO ANY TRENCHING OR EXCAVATION. I EXISTING POWER POLE TO BE EXISTING CONCRETE SIDEWALK ,0 RELOCATED BY OTHERS 0, 10,00A TO BE REMOVED EXISTING WATER METER EXISTING CONCRETE PAVEMENT LEI EXISTING MAILBOX TO BEREMOVED CV1 EXISTING TV VAULT EXISTING ASPHALT PAVEMENT TO BE REMOVED ZL EXISTING FIBER LINE MARKER - — — — — - EXISTING EASEMENT OHE EXISTING OVERHEAD ELECTRICAL LINE \ EXISTING FENCE - - EXISTING PROPERTY LINE EXISTING TREE EXISTING TREE TO BE REMOVED Know what's below. Call before you dig. BENCH MARK LIST BM 102 MAG NAIL W/ YP CONTROL SHINER SET, BEING ±53' SOUTH OF THE CENTERLINE OF JOEL EAST ROAD, ±3' NORTH OF THE NORTHWEST CORNER OF A TRANSMISSION TOWER AND ±45SOUTHWEST OF THE SOUTHWEST CORNER OF A CURB INLET. N: 6920704.79' E: 2337694.11' ELEV: 680.50' BM 103 MAG NAIL W/ YP CONTROL SHINER SET, BEING ±54' SOUTH OF THE CENTERLINE OF JOEL EAST ROAD, ±1' NORTH OF A TRANSMISSION TOWER AND ±76' SOUTHWEST OF THE SOUTHWEST CORNER OF A CURB INLET. N:6920715.77 E:2339353.74 ELEV: 677.07' BM 104 MAG NAIL W/ YP CONTROL SHINER SET, BEING ±54' SOUTH OF THE CENTERLINE OF JOEL EAST ROAD, ±67' SOUTHEAST OF A POWER POLE AND ±1' NORTH OF A TRANSMISSION TOWER. N: 6920730.34' E: 2340952.17' ELEV: 671.66' NOTES: The bearing system for this survey is based on the Texas Coordinate System of 1983, North Central Zone 4202 based on observations made on August 17, 2018 with an applied combined scale factor of 1.00012. U) z O W w 0f O z N 0 O04 ILL � CD 0 L� O L62� co LL 0 Z 00 OkLU LL X LUILLoLLZ 0 ILL Z w U) Q? 0 ILL M M z�� Iii LU U)O� L7 OfIlX LU U o 00 ..OF PEE°°° TE�q�11a as CODY BREWER ® °°°.°.°°°°°°°°°°°° 20254 °.°.°.Q°.°. it 0°" 'OA/A � 09/27/2022 Y Y Y O 2 f) } } o In Z 0 N Q C) m l7 UN04 N C) ILL W 00 N LU Z Z Y j r` U OfN w CD Q U W (If 2 0_0 0 o W 0 0 U QU Op U) U =X ~ oLL LU �O z Q 00 LL U W O z J Q "Q W O w Z Q J 0— Z O J O L W M SHEET NUMBER C 200 U z Cli H Q U O fn U) Q 0 Z Q Z O 2 } w J Y N N 0 N O u I* 2199 Joel Fist Rd Fort wort#k Texas Game Stfee't Yew - Mar 2021 ON '�S •M1LY � � M .f � * 4 ti p ' ° f� 4{, # •4 -" i'x }�'. - f f d4. t�� r•�ik'y - 1T �` sir Al 'l R ogle GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Joel East Road, East of CDC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350 Revised July 1, 2011 FORT WORTH. Approval Spec No. Classsification CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Manufacturer Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) Model No. National Spec Updated: 11-6-24 Size 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM D2240/D412/D792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp. 2504G Gasket ASTM C-443/C-361 SS MH 1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/FiberLlass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. I Flowtite ASTM 3753 Non -traffic area 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) * 33 05 13 (Manhole Frames and Covers I Western Iron Works, Bass & Hays Foundry f 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 33 05 13 Manhole Frames and Covers Neenah Casting 24" dia. 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R817S 30" Dia. 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia. 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 30" ERGO XL Assembly 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia 06/01/17 3405 13 30" Dia. MH Ring and Cover (Lockable) Cl SIP Industries 2280 (32") ASTM A 48 30" Dia. 12/05/23 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable) Cl SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia. CAP-ONE-30-FTW, Composite, w/ Lock 09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hing 30" Dia. 10/07/21 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. * 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13) * 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48" * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 4811,6011 Manhole, 32" Opening and Flat top, (No 09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Transition Cones) ASTM C 478 48" to 84" I.D. 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 09/06/19 33 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pipe and Precast (Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas ASTM C-478; ASTM C-923; 03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-443 03/07/23 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardscp 48" & 60" I.D. Manhole w/32" Cone 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polycrete Pipe Sewer -(WAC) Wastewater Access Chamber 33 39 40 For use when Std. MH cannot be 12/29/23 33 39 20 Wastewater Access Chamber Quickstream Solutions, Inc. Type 8 Maintenace Shaft (Poopit) installed due to depth Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious * E1-14 Manhole Rehab Systems Quadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP E1-14 Manhole Rehab Systems AP/M Permaform 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair F1exKrete Technologies Vinyl Polyester Repair Product Misc. Use * From Original Standard Products List 1 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. I Classsification I Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639/D790 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 33 05 16, 33 39 10, RR&C Dampproofing Non-Fibered Spray For Exterior Coating of Concrete 03/19/18 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams Grade (Asphatic Emulsion) Structures Only Water & Sewer - Manhole Inserts - Field Operations Use Onlv (Rev 2/3/16) * 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. Lifesaver - Stainless Steel For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Water & Sewer - Pipe Casino Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Non pressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 09/03/24 33 05 13 Casing Spacers Raci (Completely HDPE) Per Manufacturers Requirements (Sewer 8" - 12" (Sewer Only) Applications Only) Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13) * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C151 3" thru 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AWWA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AWWA C150, C151 4" thru 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AWWA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatings/Evoxv 33-39-60 (01/08/13) 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 210RS LA County #210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer - Coatings/Polyurethane Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - Pipes/Concrete * E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL i«o. #95 ra,...hol #99 Pip ASTM C 76 * E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlarcment Svstem (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously Sewer - Pipe/Fiberclass Reinforced/ 33-31-13(1/8/13) 7/21/97 33 31 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe (Non -Pressure) ASTM D3262/D3754 03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 33 31 13 Glass -Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 ASTM D3262, ASTM D3681, 03/07/23 33 31 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D4161, AWWA M45 ASTM D3262, ASTM D3517, 09/03/24 33 31 13 Fiberglass Pipe (FRP) Superlit Boru Sanayi A.S. Superlit FRP ASTM 3754, AWWA C950 * From Original Standard Products List 2 FORT WORTH. Approval Spec No. I Classsification Sewer - Pipe/Polymer Pipe 4/14/05 Polymer Modified Concrete Pipe 06/09/10 E1-9 Reinforced Polymer Concrete Pipe Sewer - Pipes/HDPE 33-31-23(1/8/13) * High -density polyethylene pipe * High -density polyethylene pipe * High -density polyethylene pipe High -density polyethylene pipe Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-12 DR-14 PVC Pressure Pipe 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Sewer - Pipes/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pipe 12/23/97* 33-31-20 PVC Sewer Pipe * 33-31-20 PVC Sewer Pipe 12/05/23 33-31-20 PVC Sewer Pipe 12/05/23 33-31-20 PVC Sewer Pipe * 33-31-20 PVC Sewer Pipe 05/06/05 33-31-20 PVC Solid Wall Pipe 04/27/06 33-31-20 PVC Sewer Fittings * 33-31-20 PVC Sewer Fittings 3/19/2018 33 31 20 PVC Sewer Pipe 3/19/2018 33 31 20 PVC Sewer Pipe 3/29/2019 33 31 20 Gasketed Fittings (PVC) 10/21/2020 33 31 20 PVC Sewer Pipe 10/22/2020 33 31 20 PVC Sewer Pipe 10/21/2020 33 3120 PVC Sewer Pipe CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Manufacturer Model No. National Spec Size Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Phillips Driscopipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" Plexco Inc. ASTM D 1248 8" Polly Pipe, Inc. ASTM D 1248 8" CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12" Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12" J-M Manufacturing Co., Inc. QM Eagle) SDR-26 (PSI 15) ASTM D 3034 4" - 15" Diamond Plastics Corporation SDR-26 (PSI 15) ASTM D 3034 4" thru 15" Lamson Vylon Pipe SDR-26 (PSI 15) ASTM D 3034 4" thru 15" Vinyltech PVC Pipe SDR-26 (PSI 15) ASTM D3034 4" thru 15" Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18" J-M Manufacturing Co, Inc. (JM Eagle) PS 115 ASTM F 679 18" - 28" Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" Harco SDR-26 (PS 115) Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15" Plastic Trends, Inc.(Westlake) Gasketed PVC Sewer Main Fittings ASTM D 3034 Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 1811- 24" Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15" GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 1811- 36" * From Original Standard Products List 3 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. I Classsification Manufacturer Model No. National Spec Size Water - Appurtenances 33-12-10 (07/01/13) 09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co., Inc. 202B V-2" SVC, up to 16" Pipe 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 V-2" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Inc]. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 61OMT 3/4" and 1" 10/27/87 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 610OTM and 6101M 1'/2" and 2" FB600-7NL, FB1600-7-NL, FV23-777-W-NL, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. L22-77NL AWWA C800 2" FB600-6-NL, FB1600-6-NL, FV23-666-W- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, L22-66NL AWWA C800 1-1/2" FB600-4-NL, FBI600-4-NL, B I 1-444-WR- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, B22444-WR-NL, L28-44NL AWWA C800 I" B-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 2" B-25000N, B-20200N-3, B-24277N-3,H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 1-1/2" B-25000N, B-20200N-3,H-15000N, H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15530N ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-IEPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-IEPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-IEPAF FTW Class "A" Concrete Meter Box Bass & Hays CM1337-1312 1118 LID-9 Concrete Meter Box Bass & Hays CMB-I8-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CM1365-1365 1527 LID-9 Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13) None Water - Combination Air Release 33-31-70 (01/08/13) * EI-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" * E1-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/211, 1" & 2" * E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 111, 2" & 3" Water - Dry Barrel Fire Hvdrants 33-12-40 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American -Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 Shop Drawings No. 6461 10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Centurion AWWA C-502 Shop Drawing FH-12 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer W1367 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List 4 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Approval Spec No. �Classsification I Manufacturer I Model No. Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13) 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR18 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 Water - Pives/Valves & Fittines/Ductile Iron Fittincs 33-11-11 (01/08/13) 07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. 02/26/14 E1-07 MJ Fittings Accucast 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) Mechanical Joint Fittings Mechanical Joint Fittings Mechanical Joint Fittings, SSB Class 350 Mechanical Joint Fittings, SSB Class 351 Class 350 C-153 MJ Fittings Uni-Flange Series 1400 Uni-Flange Series 1500 Circle -Lock One Bolt Restrained Joint Fitting Megalug Series 1100 (for DI Pipe) Megalug Series 2000 (for PVC Pipe) Sigma One-Lok SLC4 - SLC10 Sigma One-Lok SLCS4 - SLCS12 Sigma One-Lok SLCE Sigma One-Lok SLDE Bulldog System ( Diamond Lok 21 & JM Mechanical Joint Fittings PVC Stargrip Series 4000 DIP Stargrip Series 3000 EZ Grip Joint Restraint (EZD) Black For DIP EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC Pipe EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC Pipe National Spec AWWA C900, AWWA C605, ASTM D1784 AWWA C900, AWWA C605, ASTM D1784 AWWA C900, AWWA C605, ASTM D1784 AWWA C900, AWWA C605, ASTM D1784 AWWA C900 AWWA C900 AWWA C900 AWWA C900 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 AWWA C900 AWWA C900 AWWA C900 AWWA C900 AWWA C153 & C110 AWWA C 110 AWWA C 153, C 110, C III AWWA C 153, C 110, C 112 AWWA C153 AWWA Clll/C153 AWWA C111/C153 AWWA C111/Cll6/C153 AWWA C111/Cll6/C153 AWWA C111/C116/C153 AWWA C111/C153 AWWA C111/C153 AWWA Clll/C153 AWWA C153 ASTM F-1624 AWWA C153 ASTM A536 AWWA C111 ASTM A536 AWWA C111 ASTM A536 AWWA C111 ASTM A536 AWWA CI I I ASTM A536 AWWA CI I I Updated: 11-6-24 Size 4"-1 6" 16"-18" 4"-1 6" 16"-18" 4"-12" 16"-24" 4"-12" 1 6"-24" 4"-28" 16"-24" 4" - 8" 16" - 24" 4"- 12" 4'1- 12'1 4"-12" 4" to 36" 4" to 24" 4" to 12" 4" to 42" 4" to 24" 4" to 10" 4" to 12" 12" to 24" 4" - 24" 4" to 12" 4" to 24" 3"-48" 4"-12" 16"-24" * From Original Standard Products List 5 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Approval Spec No. I Classsification I Manufacturer Water - Pives/Valves & Fittincs/Resilient Seated Gate Valve* 33-12-20 (05/13/15) Resilient Wedged Gate Valve w/no Gears American Flow Control 12/13/02 Resilient Wedge Gate Valve American Flow Control 08/31/99 Resilient Wedge Gate Valve American Flow Control 05/18/99 Resilient Wedge Gate Valve American Flow Control 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control 08/05/04 Resilient Wedge Gate Valve American Flow Control 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company * E1-26 Resilient Seated Gate Valve Kennedy * E1-26 Resilient Seated Gate Valve M&H * E1-26 Resilient Seated Gate Valve Mueller Co. 11/08/99 Resilient Wedge Gate Valve Mueller Co. 01/23/03 Resilient Wedge Gate Valve Mueller Co. 05/13/05 Resilient Wedge Gate Valve Mueller Co. 01/31/06 Resilient Wedge Gate Valve Mueller Co. 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. 11/30/12 Resilient Wedge Gate Valve Clow Valve Co. 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) 08/24/18 Matco Gate Valve Matco-Norca Water - Pives/Valves & Fittincs/Rubber Seated Butterflv Valve 33-12-21 (07/10/14) * E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. * E1-30 Rubber Seated Butterfly Valve Mueller Co. 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve 03/19/18 33 1221 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) 09/03/24 33 1221 Rubber Seated Butterfly Valve American AVK Company Water - Polvethvlene Encasement 33-11-10 (01/08/13) 05/12/05 E1-13 Polyethylene Encasment 05/12/05 E1-13 Polyethylene Encasment 05/12/05 E1-13 Polyethylene Encasment 09/06/19 33-11-11 Polyethylene Encasment Model No. Series 2500 Drawing # 94-20247 Series 2530 and Series 2536 Series 2520 & 2524 (SD 94-20255) Series 2516 (SD 94-20247) Series 2500 (Ductile Iron) 42" and 48" AFC 2500 American AVK Resilient Seaded GV Series A2361 (SD 6647) Series A2360 for 18"-24" (SD 6709) Mueller 30" & 36", C-515 Mueller 42" & 48", C-515 16" RS GV (SD D-20995) Clow RW Valve (SD D-21652) Clow 30" & 36" C-515 Clow Valve Model 2638 Metroseal 250, requirements SPL #74 EJ F1owMaster Gate Valve & Boxes 225 MR Valmatic American Butterfly Valve. M&H Style 4500 & 1450 AWWA C504 Butterfly Valve AWWA C504 Butterfly Valve Class 250B Flexsol Packaging Fulton Enterprises Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AEP Industries Bullstrong by Cowtown Bolt & Gasket Northtown Products Inc. PE Encasement for DIP National Spec AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C509 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C509 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C 509, ANSI 420 - stem, AWWA/ANSI C115/An21.15 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C105 AWWA C105 AWWA C105 AWWA C105 Updated: 11-6-24 Size 16" 30" and 36" 20" and 24" 16" 4" to 12" 42" and 48" 4" to 12" 20" and smaller 4" - 12" 4" - 12" 4" - 12" 16" 24" and smaller 30" and 36" 42" and 48" 4" - 12" 16" 24" and smaller 30" and 36" (Note 3) 24" to 48" (Note 3) 4" - 12" 3" to 16" 4" to 16" 24" 24"and smaller 24" and larger Up to 84" diameter 24" to 48" 30"-54" 24" - 48" 8 mil LLD 8 mil LLD 8 mil LLD 8 mil LLD Water - Samplinc Station 03/07/23 33 12 50 Water Sampling Station Kupferle Foundry Company Eclipse, Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50 09/02/24 33 i2 50 Mueller Water Products, Inc;a BSS0 r, UDG2 D N This product removed �-rcw ,�Oc� vvvvi-36-rvronvz, C�v-rr�€'�oe$� 10/21/20 04/09/21 04/09/21 Water - Automatic Flusher Automated Flushing System Automated Flushing System Automated Flushing System HG6-A-IN-2-BRN-LPRR(Portable) Mueller Hydroguard HG2-A-IN--2-PVC-018-LPLG(Permanent) Kupferle Foundry Company Eclipse #9800wc Kupferle Foundry Company Eclipse #9700 (Portable) The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Yellow Highlight indicates recent changes * From Original Standard Products List 6 FORTWORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 7/31/2025 s Illrrrrr Attention: Mix Designs do not sui2ersede CFW Si2ecifications -MITI! Spec No. Classification Manufacturer Mix ID Mix D—ription Design strength'a 28,1.1, s DesignApproval Concrete Class A (S dewalk, ADA Ramps, Driveways, Curb/Gutter, Median Pavement) 9/9/2022 32 13 20 Mix Design American Concrete Company 30CAF029 3000 psi 3-5" Slump; 3-6% Air 4/3/2025 32 13 20 Mix Design Big Town Concrete 2211 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Bunten Texas 30U101AG 3000 psi 3-5" Slump; 3-6% Air 4/l/2024 32 13 20 Mix Design Borneo Texas 30U500BG 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Carder Concrete FWCC502001 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Carder Concrete FWCC502021 3500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Chisholm Trail Redi Mix C 13020AE 3000 psi 3-5" Slump; 4.5-7.5% Air 4/28/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CT6020A 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design City Concrete Company 30HA20II 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Cow Town Redi Mix 253-W 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Cow Town Redi Mix 250 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Cow Town Redi Mix 350 3000 psi 3-5" Slump; 3-6% Air 1/29/2024 32 13 20 Mix Design Estrada Ready Mix R3050AEWR 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Holum - SOR, Inc. 1261 3000 psi 3-5" Slump; 3-6% Air 9/23/2024 32 13 20 Mix Design Holcim - SOR, Inc. 5177 3000 psi 3-5" Slump; 3-6% Air 5/8/2025 32 13 20 Mix Design Holum - SOR, Inc. 530WA-TI 3000 psi 3-5" Slump; 3-6% Air 4/7/2023 32 13 20 Mix Design Liquid Stone C301D 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Martin Marietta R2136214 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Martin Marietta R2136014 3000 psi 3-5" Slump; 3-6% Air 4/l/2023 32 13 20 Mix Design Martin Marietta R2136N14 3000 psi 3-5" Slump; 3-6% Air 6/l/2023 32 13 20 Mix Design Martin Marietta R2136R20 3000 psi 3-5" Slump; 3-6% Air 6/l/2023 32 13 20 Mix Design Martin Marietta R2136N20 3000 psi 3-5" Slump; 3-6% Air 11/2/2022 32 13 20 Mix Design Martin Marietta R2141K24 4000 psi 3-5" Slump; 3-6% Air 4/7/2023 32 13 20 Mix Design Martin Marietta R2136KI4 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Martin Marietta R2131314 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Martin Marietta R2132214 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Martin Marietta D9490SC 3000 psi 3-5" Slump; 4.5-7.5% Air 5/9/2025 32 13 20 Mix Design Martin Marietta R2136R14 3000 psi 3-5" Slump; 3-6% Air 10/4/2023 32 13 20 Mix Design NBR Ready Mix CLS A-YY 3000 psi 3-5" Slump; 3-6% Air 10/4/2023 32 13 20 Mix Design NBR Ready Mix CLS A -NY 3000 psi 3-5" Slump; 3-6% Air 7/10/2023 32 13 20 Mix Design Osbum 3OA50MR 3000 psi 3-5" Slump; 3-6% Air 1/18/2023 32 13 20 Mix Design Rapid Redi Mix RRM5020A 3000 psi 3-5" Slump; 3-6% Air 1/24/2023 32 13 20 Mix Design Rapid Redi Mix RRM5525A 3600 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 20 Mix Desp SRM Concrete 30850 3000 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 20 Mix Design SRM Concrete 30350 3000 psi 3-5" Slump; 3-6% Air 10/18/2024 32 13 20 Mix Desp SRM Concrete 30050 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Tarrant Concrete FW5025A 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Desp Tarrant Concrete CP5020A 3000 psi 3-5" Slump; 3-6% Air 10/10/2022 32 13 20 Mix Design Tarrant Concrete TCFW5020A 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Desp Tarrant Concrete FW5525A2 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Titan Ready Mix 3020AE 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design True Grit Redi Mix 0250.230 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design True Grit Redi Mix 0250.2301 3000 psi 3-5" Slump; 3-6% Air Class CIP Inlets, Manholes, Junction Boxes, Encasement, Blocldn Collars, (Spread Footing Pedestal Pole Foundations (Reference Detail 34 41 10-D605A) 9/9/2022 3213 13 : Mix Des tt American Concrete Company 40CNF06f 4000 psi 3-5" Slump; 0-3% Air 7/28/2025 3213 13 :Mix Design Barren Texas 40V 100AG 4000 psi 3-5" Slump; 3.5-6.5%Air 7/28/2025 32 13 13 : Mix Des tt Borneo Texas 30V 100AG 3000 psi 3-5" Slump; 3.5-6.5% Air 7/28/2025 3213 13 : Mix Design Barren Texas 36V500BG 3600 psi 3-5" Slump; 3.5-6.5% Air 9/9/2022 3213 13 Mix Desp Bumco Texas 40U500BG 4000 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CT6020A 3600 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 20 Mix Desp Chisholm Trail Redi Mix CTFW5520A 3600 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CTFW6020A 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 255-2 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 355 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 255 3500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 270 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 370 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 353 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 257 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 357 3600 psi 3-5" Slump; 3-6% Air 5/7/2025 3213 13 Mix Desp Cow Town Redi Mix 265-42 4200 psi 3-5" Slump; 3-6% Air 2n12025 3213 13 Mix Design Holcim - SOR, Inc. 1701 4000 psi 3-5" Slump; 3-6% Air 2/7/2025 3213 13 Mix Design Holcim - SOR, Inc. 1551 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Holcim - SOR, Inc. 5409 4000 psi 3-5" Slump; 3-6% Air 4/27/2023 3213 13 Mix Design Liquid Stone C361DNFA 3600 psi 3-5" Slump; 3-6%Air 9/9/2022 3213 13 Mix Design Martin Marietta R2141230 4000 psi 3-5" Slump; 3-6% Air 8/4/2023 3213 13 Mix Design Martin Marietta R2141 R24 4000 psi 3-5" Slump; 3-6% Air Page 1 of 6 FORTWORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 7/31/2025 s Illrrrrr Attention: Mix Designs do not supersede CFW S ecifications -MI111 Spec No. Classification Manufacturer Nli, 11) Nli, D—ription Design strength'a 28,1.1, s DesignApproval ...Concrete (Continues) 11/20/2023 32 13 13 Mix Design Martin Marietta R2146R33 4000 psi 3-5" Slump; 3-6% Air 11/20/2023 3213 13 Mix Design Martin Marietta R2146K33 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2142233 3600 psi 3-5" Slump; 4.5-7.5% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2136224 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2141233 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2146038 4500 psi 3-5" Slump; 3-6% Air 10/24/2024 3213 13 Mix Design Martin Marietta R2146K34 4000 psi 3-5" Slump; 3-6% Air 5/5/2025 3213 13 Mix Design Martin Marietta R2146R35 4000 psi 3-5" Slump; 3-6% Air 5/5/2025 33 13 13 Mix Design Martin Marietta R2146K35 4000 psi 3-5" Slump; 3-6% Air 5/5/2025 33 13 13 Mix Design Martin Marietta R2146N33 4000 psi 3-5" Slump; 3-6% Air 9/12/2023 3213 13 Mix Design NBR Ready Mix CLS PI-YY 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design NBR Ready Mix TX C-YY 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design NBR Ready Mix TX C-NY 3000 psi 3-5" Slump; 3-6% Air 1/18/2023 3213 13 Mix Design Rapid Redi Mix RRM5320A 3000 psi 3-5" Slump; 3-6% Air 1/18/2023 3213 13 Mix Design Rapid Redi Mix RRM6020ASS 4000 psi 3-5" Slump; 3-6% Air 10/24/2024 3213 13 Mix Design SRM Concrete 40350 4000 psi 3-5" Slump; 3-6% Air 10/24/2024 3213 13 Mix Design SRM Concrete 40850 4000 psi 3-5" Slump; 3-6% Air 9/16/2024 3213 13 Mix Design SRM Concrete 35050 3500 psi 3-5" Slump; 3-6% Air 4/28/2025 3213 13 Mix Design SRM Concrete 36850 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Tarrant Concrete FW5320A 3000 psi 3-5" Slump; 3-6% Air 10/10/2022 3213 13 Mix Design Tarrant Concrete TCFW6025A2 4000 psi 3-5" Slump; 3-6% Air Class C (Drilled Shaft for Traffic Signal Pole Foundations teference Detail 314 10-D605) 9/9/2022 3213 13 Mix Design Bumco Texas 36U502BG 3600 psi 5.5-7.5" Slump; 3-6% Air 6/21/2023 3213 13 Mix Design Cow Town Redi Mix 360-DS 3600 psi 5.5-7.5" Slump; 3-6% Air 10/30/2024 3213 13 Mix Design Estrada Ready Mix R36575AEWR 3600 psi 5.5-7.5" Slump; 3-6% Air 12/5/2022 3213 13 Mix Design Holchn - SOR, Inc. 1822 3600 psi 5.5-7.5" Slump; 0-3% Air 9/9/2022 3213 13 Mix Design Holcim - SOR, Inc. 1859 4000 psi 5.5-7.5" Slump; 3-6% Air 4/7/2023 3213 13 Mix Design Liquid Stone C361DHR 3600 psi 5.5-7.5" Slump; 3-6% Air 6/27/2023 3213 13 Mix Design Martin Marietta U2146N41 3600 psi 5-7" Slump; 3-6% Air 6/27/2023 3213 13 Mix Design Martin Marietta U2146K45 3600 psi 5-7" Slump; 3-6% Air 5/9/2025 213 13 Mix Design Martin Marietta U2146R41 3600 psi 5-7" Slump; 3-6% Air 8/22/2024 3213 13 Mix Design NBR Ready Mix 135K2524 3600 psi 5.5" Slump; 3-6% Air 8/22/2024 32 13 13 Mix Design NBR Ready Mix 135KO524 3600 psi 5.5" Slump; 3-6% Air Class C (Headwalls, Wing wills, Culverts) 9/9/2022 3213 13 Mix Design Carder Concrete FWCC602001 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design City Concrete Company 40LA2011 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 260-2 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 360-1 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 260-1 3600 psi 3-5" Slump; 3-6% Air 1/29/2024 3213 13 Mix Design Estrada Ready Mix R3655AEWR 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp GCH Concrete Services GCH4000 4000 psi 3-5" Slump; 3-6% Air 4/l/2023 3213 13 Mix Design Martin Marietta 310LBP 3600 psi 3-5" Slump; 4-7% Air 8/30/2023 3213 13 Mix Desp Martin Marietta R2141R30 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2146035 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp SRM Concrete 40050 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design SRM Concrete 35022 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Tarrant Concrete FW6020A2 4000 psi 3-5" Slump; 3-6% Air Class P (A achine Placed Pav ng) 4/3/2025 3213 13 Mix Desp Bw Town Concrete 4511 3600 psi 1-3" Slump; 3-6% Air 4/3/2025 3213 13 Mix Design Big Town Concrete 4411 3600 psi 1-3" Slump; 3-6% Air 6/30/2025 3213 13 Mix Desp Bw Town Concrete 5211 With 20% Fly Ash 4000 psi 1-Y Slump; 3-6% Air 6/30/2025 3013 13 Mix Design Big Town Concrete 52113 With 30% slag 4000 psi I-Y Slump; 3-6% Air 6/30/2025 3013 13 Mix Desp Big Town Concrete 5311 4000 psi 1-3' Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Carder Concrete FWCC552091 3600 psi I-Y Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Carder Concrete FWCC602091 4000 psi 1-Y Slump; 3-6% Air 9/9/2022 3213 13 Mix Design City Concrete Company 36LA2011 3600 psi I-Y Slump; 3-6% Air 9/9/2022 33 13 13 Mix Desp Cow Town Redi Mix 257-M 3600 psi 1-3" Slump; 3-6% Air 11/14/2022 3213 13 Mix Design Cow Town Redi Mix 357-M 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 260-M 4000 psi 1-3" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 360-M 4000 psi 1-3" Slump; 3-6% Air 2/6/2024 3213 13 Mix Desp Estrada Ready�Mix TD3655AEWR 3600 psi 1-Y Slump; 3-6% Air 5/20/2025 3213 13 Mix Design Gilco Contracting Inc 36MP1643 3600 psi 1-Y Slump; 3-6% Air 6/20/2025 3213 13 Mix Design Gilco Contracting Inc 36MP1629 3600 psi 1-Y Slump; 3-6%Air 5/12/2025 3213 13 Mix Design Holcim - SOR, Inc. 1703 4000 psi 1-3" Slump; 3-6% Air 8/4/2023 3213 13 Mix Design Martin Marietta Q214IR27 4000 psi 1-Y Slump; 3-6% Air 11/2/2022 3213 13 Mix Design Martin Marietta Q214IK30 4000 psi 1-3" Slump; 3-6% Air Page 2 of 6 FORTWORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 7/31/2025 s !!liar! Attention: Mix Designs do not supersede CFW S ecifications 1111A1111 Spec No. Classification Manufacturer Nli, 11) Nli, l)—ription Design strcrigtli'a 28dal, s DesignApproval ...Concrete (Continues) 5/5/2025 32 13 13 Mix Desp Martin Marietta Q214IN27 4000 psi 1-3" Slump; 3-6% Air 10/4/2023 3213 13 Mix Design NBR Ready Mix TX C SF-YY 3600 psi 1-3" Slump; 3-6% Air 10/4/2023 32 13 13 Mix DesP NBR Ready Mix TX C SF -NY 3600 psi 1-3" Slump; 3-6% Air 10/24/2024 3213 13 Mix Design SRM Concrete 40068 4000 psi 1-3" Slump; 3-6% Air 10/24/2024 32 13 13 Mix DesP SRM Concrete 40825 4000 psi 1-3" Slump; 3-6% Air 9/16/2024 3213 13 Mix Design SRM Concrete 40025 4000 psi 1-3" Slump; 3-6% Air 10/18/2024 3213 13 Mix Des�op SRM Concrete 35023 3600 psi 1-3" Slump; 3-6% Air 6/5/2025 3213 13 Mix Des1i p SRM Concrete 40324 4000 psi 1-3" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desi Tarrant Concrete FW5520AMP 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 3213 13 Mix Deslt„n True Grit Redi Mix 0255.2301 3600 psi 1-3" Slump; 3.5-6.5% Air 9/9/2022 3213 13 Mix Desi True Grit Redi Mix 0260.2302 4000 psi 1-3" Slump; 3.5-6.5% Air 6/17/2025 3213 13 Mix Deslt„n True Grit Redi Mix 460.230M 4000 psi 1-3" Slump; 3-6% Air 6/23/2025 3213 13 Mix Design True Grit Redi Mix 360.230M 4000 psi 1-3" Slump; 3-6% Air Class H (Vand Placed Paving, Valley Gutter) 9/9/2022 3213 13 Mix Des American American Concrete Company 45CAF076 4500 psi 3-5" Slump; 3-6% Air 5/2/2023 3213 13 Mix Desop B; D Concrete CM14520AE 4500 psi 3-5" Slump; 3-6% Air 4/3/2025 3213 13 Mix Deslt„n B1w Town Concrete 6211 4500 psi 3-5" Slump; 3-6% Air 4/3/2025 3213 13 Mix Desi Bw Town Concrete 6311 4500 psi 3-5" Slump; 3-6% Air 4/5/2025 3213 13 Mix Des1i p Big Town Concrete 6017 4500 psi 3-5" Slump; 3-6% Air 7/25/2025 3213 13 Mix Design Bur wo Texas 45U500BG 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Carder Concrete FWCC602021 4500 psi 3-5" Slump; 3-6% Air 4/28/2025 3213 13 Mix Design Chisholm Trail Redi Mix CTFW6520A 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp City Concrete Company 45NA20II 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 265 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 365 4500 psi 3-5" Slump; 3-6% Air 1/29/2024 3213 13 Mix Design Estrada Ready Mix R4560AEWR/ 4500 psi 3-5" Slump; 4-6% Air 9/9/2022 3213 13 Mix Desp GCH Concrete Services GCH4500 4500 psi 3-5" Slump; 3-6% Air 5/20/2025 3213 13 Mix Design Gilco Contracting Inc 45HP1643 4500 psi 3-5" Slump; 3-6%Air 6/20/2025 3213 13 Mix Desp Gilco Contracting Inc 45HP1629 4500 psi 3-5" Slump; 3-6%Air 10/4/2024 3213 13 Mix Design Holcim - SOR, Inc. 5507 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Holum - SOR, Inc. 1851 4500 psi 3-5" Slump; 3-6% Air 5/8/2025 3213 13 Mix Design Holcim - SOR, Inc. 545WA-TI 4500 psi 3-5" Slump; 3-6% Air 4/5/2025 3213 13 Mix Desp Liquid Stone C451D 4500 psi 3-5" Slump; 3-6%Air 11/2/2022 3213 13 Mix Design Martin Marietta R2146N35 4500 psi 3-5" Slump; 3-6% Air 8/4/2023 3213 13 Mix Desp Martin Marietta R2146R36 4500 psi 3-5" Slump; 3-6% Air 11/2/2022 3213 13 Mix Design Martin Marietta R2146N36 4500 psi 3-5" Slump; 3-6% Air 5/22/2023 3213 13 Mix Desp Martin Marietta R2146K37 4500 psi 3-5" Slump; 3-6% Air 12/22/2023 3213 13 Mix Design Martin Marietta R2146R44 4500 psi 3-5" Slump; 3-6% Air 12/22/2023 3213 13 Mix Desp Martin Marietta R2146K44 4500 psi 3-5" Slump; 3-6% Air 11/15/2022 3213 13 Mix Design Martin Marietta R21461`36 4500 psi 3-5" Slump; 3-6% Air 11/15/2022 3213 13 Mix Desp Martin Marietta R2146K36 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2147241 4500 psi 3-5" Slump; 4.5-7.5% Air 9/9/2022 3213 13 Mix Desp Martin Marietta R2146236 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2146036 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Martin Marietta R2146242 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2146042 4500 psi 3-5" Slump; 3-6% Air 6/3/2025 3213 13 Mix Desp Martin Marietta R2146K43 4500 psi 3-5" Slump; 3-6% Air 10/4/2023 3213 13 Mix Design NBR Ready Mix CLS P2-YY 4500 psi 3-5" Slump; 3-6% Air 10/4/2023 3213 13 Mix Desp NBR Ready Mix CLS P2-NY 4500 psi 3-5" Slump; 3-6% Air 7/10/2023 3213 13 Mix Design Osbum 45A60MR 4500 psi 3-5" Slump; 3-6% Air 1/24/2023 3213 13 Mix Desp Rapid Redi Mix RRM6320AHP 4500 psi 3-5" Slump; 3-6% Air 2/7/2025 3213 13 Mix Design SRM Concrete 45023 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp SRM Concrete 45000 4500 psi 3-5" Slump; 3-6% Air 5/23/2025 3213 13 Mix Design SRM Concrete 45300 4500 psi 3-5" Slump; 3-6% Air 10/24/2024 3213 13 Mix Desp SRM Concrete 45350 4500 psi 3-5" Slump; 3-6% Air 10/24/2024 3213 13 Mix Design SRM Concrete 45850 4500 psi 3-5" Slump; 3-6% Air 10/18/2024 3213 13 Mix Desp SRM Concrete 45050 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Tarrant Concrete FW6020AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Tarrant Concrete FW60AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Tarrant Concrete TCFW6020AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Titan Ready Mix TRC4520 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design True Grit Redi Mix 0260.2301 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp True Grit Redi Mix 0265.2301 4500 psi 3-5" Slump; 3.5-6.5% Air 9/9/2022 3213 13 Mix Design True Grit Redi Mix 270.230 4500 psi 3-5" Slump; 3-6% Air 6/12/2025 3213 13 Mix DesP True Grit Redi Mix 465.230H 4500 psi 3-5" Slunp: 3-6% Air 6/23/2025 3213 13 Mix Design True Grit Redi Mix 365.230H 4500 psi 3-5" Slump: 3-6% Air 10/9/2024 3213 13 Mix Design Wildcatter 4520AI 4500 psi 3-5" Slump; 3-6% Air Page 3 of 6 FORTWORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 7/31/2025 !!!!!!!! Attention; Mix Designs do not sui2ersede CFW S ecifications !!!!!!!!!! Spec No. C11—iti'ation Manufacturer Nli, 11) Nli, l)—ription Design Strength if, 28 da� s DesignApproval Class HES (High Early Stren^th Paving) 9/9/2022 3213 13 Mix DesP Big D Concrete 14500AE 4500 psi 3-5" Slump; 3-6 % Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 370-INC 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix DesP Cow Town Redi Mix 375-NC 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 370-NC 4500 psi 3-5" Slump; 3-6% Air 1/18/2023 3213 13 Mix DesP Cow Town Redi Mix 380-NC 4500 psi 3-5" Slump; 3-6% Air 1/29/2024 3213 13 Mix Design Estrada Ready Mix 4575AESC 4500 psi / 3000 psi (a) 3 days 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Holcim - SOR, Inc. 2125 5000 psi 3-5" Slump; 3-6% Air ...Concrete �Confinues) 1/24/2023 3213 13 Mix Design Liquid Stone C451DHR-A 4500 psi 3-5" Slump; 3-6% Air 4/7/2023 3213 13 Mix Design Martin Marietta R2161K70 6000 psi / 3000 psi (a, 24hr. 3-5" Slump; 3-6% Air 2/10/2023 3213 13 Mix Design SRM Concrete 50310 5000 psi 3-5" Slump; 3-6% Air 2/7/2025 3213 13 Mix Design SRM Concrete 40326 4500 psi / 3000 psi (a) 3 days 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Tarrant Concrete FW6520AMR 4500 psi / 3000 psi @ 3 days 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Tarrant Concrete FW7520AMR 4500 psi / 3000 psi P 3 days 3-5" Slump; 3-6% Air Class S (Bridle Slabs, Top SI-tbs of Direct Traffic Culverts, Approach Slabs) 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 260 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 360 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 365-STX 4000 psi 3-5" Slump; 3-6% Air 1/29/2024 3213 13 Mix Design Estrada Ready Mix R4060AEWR 4000 psi 4-6" Slump; 3-6% Air 5/3/2023 3213 13 Mix Design Martin Marietta M7842344 4000 psi 3-5" Slump; 4.5-7.5% Air 4/l/2023 3213 13 Mix Design Martin Marietta R2146P33 4000 psi 3-5" Slump; 3-6% Air 4/15/2024 3213 13 Mix Design NBR Ready Mix TX S-NY 4000 psi 3-5" Slump; 3-6% Air 4/15/2024 3213 13 Mix Design NBR Ready Mix TX S-YY 4000 psi 3-5" Slump; 3-6% Air 4/5/2025 3213 13 Mix Design SRM Concrete 40850 4000 psi 3-5" Slump; 3-6% Air 4/5/2025 3213 13 Mix Design SRM Concrete 40350 4000 psi 3-5" Slump; 3-6% Air 5/5/2023 3213 13 Mix Design SRM Concrete D100008553CB 4000 psi 3-5" Slump; 3-6% Air Concrete Base Trench Repair 4/l/2023 03 34 16 1033416 (Mix Design IBumco Texas IOYH50BF I 1000 psi (Flowable; 8.5-11.5%Air 9/9/2022 03 34 16 Mix Design Bumco Texas 08Y450BA 800 psi 5-7" Slump; 3-6% Air Controlled Low Strength Ma'erial (Flowable Fill) 2/7/2025 03 34 13 Mix Design Bumco Texas OIY690BF 100 psi Flowable; 9.5-11.5% Air 5/19/2025 03 34 13 Mix Design Borneo Texas OIZ180AF 100 psi Flowable; 8.5-11.5%Air 9/9/2022 03 34 13 Mix Design Carder Concrete FWCC359101 50-150 psi 3-5" Slump; 8-12% Air 9/9/2022 03 34 13 Mix Desp Carder Concrete FWFF237501 50-150 psi Flowable; 8.5-11.5%Air 9/9/2022 03 34 13 Mix Design City Concrete Company 11-350-FF 50-150 psi Flowable; 8-12%Air 9/9/2022 03 34 13 Mix Desp Cow Town Redi Mix Mix# 9 70 psi 7-9" Slump; 8-11 % Air 5/12/2025 03 34 13 Mix Design Holcirn - SOR, Inc. 3741 100 psi Flowable; 12.0-24.0% Air 10/4/2023 03 34 13 Mix Desp NBR Ready Mix FTW FLOW FILL 150 psi 7-10" Slump; 8-12% Air 2/7/2025 03 34 13 Mix Design SRM Concrete 910 150 psi Flowable; 8-12% Air 9/9/2022 03 34 13 Mix Design Tarrant Concrete FWFF150CLSM 50-150 psi Flowable; 8-12%Air Concrete Rip Rap 4/l/2023 I31 37 00 (Mix Design (Martin Marietta R2141030 I 4000 psi I3-5" Slump; 3-6%Air 4/l/2023 31 37 00 Mix Design Martin Marietta R2146033 4000 psi 3-5" Slump; 3-6% Air AShalt Paving 9/9/2022 32 12 16 Mix Design Austin Asphalt FT5B117965 FT5B117965 PG64-22 Type B Fine Base 9/9/2022 321216 Mix Desp Austin Asphalt FTIIB139965 FT1B139965 PG64-22 Type B Fine Base 9/9/2022 321216 Mix Design Austin Asphalt FT1B117.2 FTIB 117.2 PG64-22 Type B Fine Base 5/l/2024 32 12 16 Mix Desp Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type B Base Course 9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1112B 1112B PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Desp Reynolds Asphalt 1612B 1612B PG64-22 Type B Fine Base 4/4/2025 32 12 16 Mix Design Reynolds Asphalt 2315B 2315B PG64-22 Type B Fine Base 12/5/2022 33 1216 Mix Desp Supmount Paving 3076BV6422 3076BV6422 PG62-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Surmount Paving 341-BRAP6422ERG 341-BRAP6422ERG PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Desp TXBIT 37-211305-20 37-211305-20 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 44-211305-17 44-211305-17 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Desp TXBIT 211305 (1757) 211305 (1757) PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 64-224125-18 PG 64-224125-18 PG70-22 Type D Fine Surface 4/l/2024 32 12 16 Mix Design TXBIT 344 MAC-SP-D 70-22XR 344 MAC-SP-D 70-22XR SAC A-R Type D Fine Surface Detectable Warning Surface 9/9/2022 32 13 20 DWS - Pavers Pine Hall Brick (Winston Salem, NC) Tactile Pavers 9/9/2022 32 13 20 DWS - Pavers Western Brick Co. (Houston, TX) Detectable Warning Pavers 9/9/2022 32 13 20 DWS - Composite Armor Tile 9/9/2022 32 13 20 DWS - Composite ADA Solutions (Wilmington, MA) Heritage Brick CIP Composite Paver 4/7/2023 32 13 20 DWS - Pavers ADA Solutions (Wilmington, MA) Detectable Warning Pavers Page 4 of 6 FORTWORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 7/31/2025 !!!!!!!! Attention, Mix Designs do not supersede CFW S ecifications 11111!!111 Approval Spec No. Classification Manufacturer Nli, 11) Nli, D—ription 1 Design Silicone Joint Sealant 9/9/2022 13 73 Joint Sealant Dow 890SL 890SL - Cold Applied, Si a Component, Silicone Joint Sealant ASTM D5893 9/9/2022 �32 32 13 73 Joint Sealant Tremco 900SL 900SL - Cold Applied, Sing a Component, Silicone Joint Sealant ASTM D5893 9/9/2022 32 13 73 Joint Sealant Pecom 300SL 300SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 9/9/2022 32 13 73 Joint Sealant Crafco RoadSaver Silicone RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 Utility Trench Embedment Sand 9/9/2022 3305 lb Embedment Sand Silver Creek Materials Utility Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand Crouch Materials Utility Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand Tin Top Martin Marietta Utility Embedment Sand ASTM C33 Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 9/28/2018 3305 13 Manhole Frames and Covers AccuCast (Govind Steel Company, LTD) MHRC #220605 MHRC #220605 (Size - **24" Dia.) ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Cover Neenah Foundry NF-1274-T91 NF-1274-T91 (Size - 32" Dia.) ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Frames and Cova Neenah Foundry NF-1743-LM (Hinged) NF-1743-LM (Hinged) (Size - 32" Dia.) ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Frame Neenah Foundry NF-1930-30 NF-1930-30 (Size - 32.25" Dial ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Frames and Cova Neenah Foundry R-1743-HV R-1743-HV (Size - 32" Dial ASTM A48 AASHTO M306 4/3/2019 3305 13 Manhole Frames and Cov SIP Industries ++ 2279ST 2279ST (Size - 24" Dial ASTM A48 AASHTO M306 4/3/2019 3305 13 Manhole Frames and CovSIP Industries ++ 2280ST 2280ST (Size - 32" Dial ASTM A48 AASHTO M306 10/8/2020 3305 13 Manhole Frames and Cov/EJ ( Formally East Jordan Iron Works) EJ1033 Z2/A EJ 1033 Z2/A (Size - 32.25" Dial ASTM A536 AASHTO M306 3/8/2024 3305 13 Curb Inlet Covers SIP Industries ++ 2296T 2296T (Size - ***24" Dial ASTM A48 AASHTO M306 6/18/2024 3305 13 Curb Inlet Covers SIP Industries ++ 2279STN 2279STN (Size - 24" Dia.) ASTM A48 AASHTO M306 **Note: All new development and new installation manhole 4hds shall meet the minimum 30-inch opening requirement as specified in City Specification 33 0513. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers. Storm Sewer - Inlet & Structures 33-05-13 10/8/2020 33 49 20 Curb Inlets Fontera FRT-100-405-PRECAST** (Size - 10' X 3) ASTM C913 10/8/2020 33 49 20 Curb Inlets Fonterra FRT-lOx3-406-PRECAST** (Size - 10' X 3') ASTM C913 10/8/2020 33 49 20 Curb Inlets Fonterra FRT-l0x4.5-407-PRECAST** (Size - 10' X 4.5') ASTM C913 10/8/2020 33 49 20 Curb Inlets Fonterra FRT-lOx4.5-420-PRECAST** (Size - 10' X 4.5') ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-4X4-409-PRECAST-TOP (Size - 4' X 4') ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-4X4-409-PRECAST-BASE (Size - 4' X 4') ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-5X5-010-PRECAST-TOP (Size - 5' X 5') ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-5X5-410-PRECAST-BASE (Size - 5' X 5') ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-6X6-411-PRECAST-TOP (Size - 6' X 61 ASTM C913 10/8/2020 33 39 20 Manhole Fonera FRT-6X6-411-PRECAST-BASE (Size - 6' X 6') ASTM C913 3/19/2021 33 49 20 Curb Inlets Thompson PFe Group TPG-I OX3-405-PRECAST INLET** ((Size - 110' X 3') ASTM 615 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-15X3-405-PRECAST INLET** (Size - 15' X 3') ASTM 615 3/19/2021 33 49 20 Curb Inlets Thompson PFe Group TPG-20X3-405-PRECAST INLET** (Size - 20' X T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG4X4-409-PRECAST TOP (Size - 4' X 4') ASTM 615 3/19/2021 33 39 20 Manhole Thompson PFe Group TPG4X4-409-PRECAST BASE (Size - 4' X 41 ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG4X4-412-PRECAST 4-FT RISER (Size - 4' X 4') ASTM 615 3/19/2021 33 39 20 Manhole Thompson PFe Group TPG-5X5-410-PRECAST TOP (Size - 5' X 5') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST BASE (Size - 5' X 5� ASTM 615 3/19/2021 33 39 20 Manhole Thompson PFe Group TPG-5X5-412-PRECAST 5-FT RISER (Size - 5' X 5') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST TOP (Size - 6' X 6') ASTM 615 3/19/2021 33 39 20 Manhole Thompson PFe Group TPG-6X6-411-PRECAST BASE (Size - 6' X 61 ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-412-PRECAST 6-FT RISER (Size - 6' X 6') ASTM 615 3/19/2021 33 39 20 Manhole Thompson PFe Group TPG-7X7-411-PRECAST TOP (Size - TX T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST BASE (Size - TX 7') ASTM 615 3/19/2021 33 39 20 Manhole Thompson PFe Group TPG-7X7-412-PRECAST 4-FT RISER (Size - TX T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST TOP (Size - 8' X 8') ASTM 615 3/19/2021 33 39 20 Manhole Thompson PFe Group TPG-8X8-411-PRECAST BASE (Size - 8' X 81 ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-412-PRECAST 5-FT RISER (Size - 8' X 8') ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson PFe Group TPG4X4-408-PRECAST INLET (Size - 4' X 4') ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-5X5-408-PRECAST INLET (Size - 5' X 5') ASTM 615 3/19/2021 33 49 20 DroQQ Inlet Thompson Pipe Group TPG-6X6-408-PRECAST INLET (Size - 6' X 6') ASTM 615 8/28/2023 33 49 10 Marilrole Oldcastle Precast 4' x 4' Stacked Manhole (Size - 4' X 41 ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box (Size - 5' X 8') ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 4' x 4' Storm Junction Box (Size - 4' X 4') ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 5' Storm Junction Box (Size - 5' X 5') ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 6' x 6' Storm Junction Box (Size - 6' X 6') ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 8' x 8' Storm Junction Box Base (Size - 8' X 85 ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box Base (Size - 5' X 8') ASTM C478 8/28/2023 33 49 10 Manhole Rinker Materials Reinforced 48" Diameter Spread Footing Manhole (Size - 4' X 4') ASTM C433 Page 5 of 6 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 7/31/2025 ....Storm Sewer - Inlet & Structures Continues 8/28/2023 33 39 20 Curb Inlet 10'x 3' Riser Thompson Ppe Group Inlet Riser (Size - 3 FT) ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 15'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT) ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 20' x 3' Riser Thotrfson Pipe Groin Q Inlet Riser (Size - 3 FT) ASTM C913-16 1/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (4' X 41) ASTM C913 1/12/2024 33 49 20 Droe Inlet AmeriTex Pipe &Products Drop Inlet (5' X 5') ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 4'x4' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 5'x5' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 5' Precast Transition MH (4' MH on the top of 5' JB) ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 6'x6' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 6' Precast Transition MH (4' MH on the top of 6' JB) ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 8'x8' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 8' Precast Transition MH (4' MH on the top of 8' JB) ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Type C Storm Drain Manhole on Box (4' MH on the top of RCB) ASTM C913 7/16/2024 33 49 20 Curb Inlets AmeriTex Pipe &Products 100 Precast** (Size 10' x 3') ASTM C913 7/16/2024 33 49 20 Curb Inlets AmeriTex Pipe &Products 150 Precast** (Size 15' x 3) ASTM C913 --Note: Pre -cast inlets are approved for the stage l portion of he structure (basin) only. Stage II pardon al the structure are required to be cast in place. No exceptions to this requirement shall be allowed. Storm Sewer - Pipes & Boxes 33-05-13 4/9/2021 3341 13 Storm Drain Pipes Advanced Drainage Systems, Inc. (ADS) ADS HP Stoma Polypropylene (PP) Pipe (Size - 12" - 60") ASTM F2881 & AASHTO M330 8/28/2023 3341 10 Storm Drain Pipes Rinker Materials Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Size - 21" or larger) ASTM C76, C655 8/28/2023 3341 10 Culvert Box Rinker Materials Reinforced Concrete Box Culvert (Sze - Various) ASTM C789, C850 10/12/2023 3341 10 Storm Drain Pipes AmeriTex Pipe &Products Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger) ASTM C76, C506 10/12/2023 3441 10 Culvert Box AmeriTex Pipe &Products Reinforced Concrete Box Culvert (size - Various)) ASTM C1433,C1577 10/18/2023 3541 10 Storm Drain Pipes The Turner Co. Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger) ASTM C76, C506 10/18/2023 3341 10 Culvert Box The Turner Co. Reinforced Concrete Box Culvert (size - Various) ASTM C1433,C1577 4/12/2024 3341 10 Storm Drain Pipes Thompson Pipe Group Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various) ASTM C76, C506 6/25/2024 3341 10 Culvert Box Oldcastle Reinforced Concrete Box Culvert ASTM C1433,C1577 6/25/2024 3341 10 Storm Drain Pipes Oldcastle Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various) ASTM C76, C506 Revision Comments (1-29-2025) Removed Argos, Ingram, Redi-Mix, Charley's (4-3-2025) Bigtown Concrete updated Mix ID's (4-5-2025) 03 34 13 CLSM specification Page 6 of 6