Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
063848-PM1 - Construction-Related - Contract - Fossil Creek, LTD. and Conatser Construction TX, LP
PROJECT MANUAL FOR THE CONSTRUCTION OF WATER, SEWER, PAVING, DRAINAGE, & STREET LIGHT IMPROVEMENTS TO SERVE RETREAT AT FOSSIL CREEK, PHASE 3 IPRC Record No. IPRC23-0038 City Project No. 104322 FID No. 30114-0200431-104322-E07685 File No. W-2921 X File No. X-27765 Mattie Parker Jesus “Jay” Chapa Mayor City Manager Christopher P. Harder, P.E. Water Department Lauren Prieur, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth September 2025 TEXAS REGISTRATION F-1386 3017 West 7th Street, Suite 300 Fort Worth, Texas 76107 9/9/25 CSC No. 63848-PM1 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 8 CITY OF FORT WORTH RETREAT AT FOSSIL CREEK PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104322 Revised March 20, 2020 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised 00 11 13 Invitation to Bidders 03/20/2020 00 21 13 Instructions to Bidders 03/20/2020 00 41 00 Bid Form 04/02/2014 00 42 43 Proposal Form Unit Price 05/22/2019 00 43 13 Bid Bond 04/02/2014 00 45 11 Bidders Prequalification’s 04/02/2014 00 45 12 Prequalification Statement 09/01/2015 00 45 13 Bidder Prequalification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 00 45 40 Minority Business Enterprise Goal 08/21/2018 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 00 72 00 General Conditions 11/15/2017 00 73 00 Supplementary Conditions 07/01/2011 00 73 10 Standard City Conditions of the Construction Contract for Developer Awarded Projects 01/10/2013 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 01 31 20 Project Meetings 07/01/2011 01 32 33 Preconstruction Video 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 58 13 Temporary Project Signage 04/07/2014 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 02/14/2018 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 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 CITY OF FORT WORTH RETREAT AT FOSSIL CREEK PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104322 Revised March 20, 2020 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 Date Modified 02 41 13 Selective Site Demolition 02 41 14 Utility Removal/Abandonment 02 41 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 26 05 00 Common Work Results for Electrical 26 05 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems 26 05 50 Communications Multi-Duct Conduit Division 31 - Earthwork 31 10 00 Site Clearing 31 23 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 36 00 Gabions 31 37 00 Riprap Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 32 01 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 11 37 Liquid Treated Soil Stabilizer 32 12 16 Asphalt Paving 32 12 73 Asphalt Paving Crack Sealants 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 14 16 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 17 25 Curb Address Painting 32 31 13 Chain Fences and Gates 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 CITY OF FORT WORTH RETREAT AT FOSSIL CREEK PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104322 Revised March 20, 2020 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates 32 32 13 Cast-in-Place Concrete Retaining Walls 32 91 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro-Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 04 10 Joint Bonding and Electrical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 33 05 10 Utility Trench Excavation, Embedment, and Backfill 33 05 12 Water Line Lowering 33 05 13 Frame, Cover and Grade Rings - Cast Iron 33 05 13.10 Frame, Cover and Grade Rings - Composite 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 16 Concrete Water Vaults 33 05 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 11 15 Pre-Stressed Concrete Cylinder Pipe 33 12 10 Water Services 1-inch to 2-inch 33 12 11 Large Water Meters 33 12 20 Resilient Seated Gate Valve 33 12 21 AWWA Rubber-Seated Butterfly Valves 33 12 25 Connection to Existing Water Mains 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 33 12 40 Fire Hydrants 33 12 50 Water Sample Stations 33 12 60 Standard Blow-off Valve Assembly 33 31 12 Cured in Place Pipe (CIPP) 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 CITY OF FORT WORTH RETREAT AT FOSSIL CREEK PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104322 Revised March 20, 2020 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 33 31 22 Sanitary Sewer Slip Lining 33 31 23 Sanitary Sewer Pipe Enlargement 33 31 50 Sanitary Sewer Service Connections and Service Line 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 30 Fiberglass Manholes 33 39 40 Wastewater Access Chamber (WAC) 33 39 60 Epoxy Liners for Sanitary Sewer Structures 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 33 41 12 Reinforced Polyethlene (SRPE) Pipe 33 46 00 Subdrainage 33 46 01 Slotted Storm Drains 33 46 02 Trench Drains 33 49 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 34 41 10 Traffic Signals 34 41 10.01 Attachment A – Controller Cabinet 34 41 10.02 Attachment B – Controller Specification 34 41 10.03 Attachment C – Software Specification 34 41 11 Temporary Traffic Signals 34 41 13 Removing Traffic Signals 34 41 15 Rectangular Rapid Flashing Beacon 34 41 16 Pedestrian Hybrid Signal 34 41 20 Roadway Illumination Assemblies 34 41 20.01 Arterial LED Roadway Luminaires 34 41 20.02 Freeway LED Roadway Luminaires 34 41 20.03 Residential LED Roadway Luminaires 34 41 30 Aluminum Signs 34 41 50 Single-Mode Fiber Optic Cable 34 71 13 Traffic Control 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 CITY OF FORT WORTH RETREAT AT FOSSIL CREEK PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104322 Revised March 20, 2020 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.fortworthtexas.gov/ProjectResources/ Division 02 - Existing Conditions Last Revised 02 41 13 Selective Site Demolition 12/20/2012 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 12/20/2012 03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 26 05 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 Communications Multi-Duct Conduit 02/26/2016 Division 31 - Earthwork 31 10 00 Site Clearing 12/20/2012 31 23 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 31 36 00 Gabions 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 12/20/2012 32 01 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 11 33 Cement Treated Base Courses 12/20/2012 32 11 37 Liquid Treated Soil Stabilizer 08/21/2015 32 12 16 Asphalt Paving 12/20/2012 32 12 73 Asphalt Paving Crack Sealants 12/20/2012 32 13 13 Concrete Paving 12/20/2012 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Brick Unit Paving 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 CITY OF FORT WORTH RETREAT AT FOSSIL CREEK PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104322 Revised March 20, 2020 32 17 23 Pavement Markings 11/22/2013 32 17 25 Curb Address Painting 11/04/2013 32 31 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018 32 91 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro-Mulching, Seeding, and Sodding 12/20/2012 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016 33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 10 Joint Bonding and Electrical Isolation 12/20/2012 33 04 11 Corrosion Control Test Stations 12/20/2012 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 33 05 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings – Cast Iron 01/22/2016 33 05 13.10 Frame, Cover and Grade Rings – Composite 01/22/2016 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 12/20/2012 33 05 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 12/20/2012 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 11 15 Pre Stressed Concrete Cylinder Pipe 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 12 11 Large Water Meters 12/20/2012 33 12 20 Resilient Seated Gate Valve 12/20/2012 33 12 21 AWWA Rubber-Seated Butterfly Valves 12/20/2012 33 12 25 Connection to Existing Water Mains 02/06/2013 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 12 40 Fire Hydrants 01/03/2014 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 CITY OF FORT WORTH RETREAT AT FOSSIL CREEK PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104322 Revised March 20, 2020 33 12 50 Water Sample Stations 12/20/2012 33 12 60 Standard Blow-off Valve Assembly 06/19/2013 33 31 12 Cured in Place Pipe (CIPP) 12/20/2012 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 12/20/2012 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 12/20/2012 33 31 22 Sanitary Sewer Slip Lining 12/20/2012 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC) 12/20/2012 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 33 41 12 Reinforced Polyethlene (SRPE) Pipe 11/13/2015 33 46 00 Subdrainage 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 02 Trench Drains 07/01/2011 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 - Transportation 34 41 10 Traffic Signals 10/12/2015 34 41 10.01 Attachment A – Controller Cabinet 12/18/2015 34 41 10.02 Attachment B – Controller Specification 02/2012 34 41 10.03 Attachment C – Software Specification 01/2012 34 41 11 Temporary Traffic Signals 11/22/2013 34 41 13 Removing Traffic Signals 12/20/2012 34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013 34 41 16 Pedestrian Hybrid Signal 11/22/2013 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Single-Mode Fiber Optic Cable 02/26/2016 34 71 13 Traffic Control 11/22/2013 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 8 of 8 CITY OF FORT WORTH RETREAT AT FOSSIL CREEK PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104322 Revised March 20, 2020 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION WATER, SEWER, DRAINAGE, PAVING & STREET NAME SIGNS IMPROVEMENTS 00 42 43 DM -BID PROPOSAL Pnge 1 of5 secnoN oo az as Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Project Item Informadon Bidder's Application BiddersProposal IBidlistlteml Specification + Unitof I Bid J 1 Description � UnitPrice Bid Value No. Section No. I Measure � Quandty � I � UNIT I: WATER IMPF',OV�NTS � 1 3305.00D3 8" Watedine Lowering _ � _ _ _�� _ ___ � 33 OS 12� � EA � �� 1,8, �_$5,500,00 �,$99,OQ0.00. 2_ 3305.0109 Trench Safety _ � 33 05 10 LF ,_ 7163 $1.00 _� $7,163.00. _ . � _ _ _. ______ _ �.�. . . , _ _. . .. _ � _ ... � 3 3311.0001 Ductile Iron Water Fittings w/ Restraint � ! 33 11 11 �_TON _�2 35. _, $9 500,00 ,_,_$22,325.00, 3311.0241 8" PVC Water Pipe 33 11 10, 4 . _..— . _ ____._—___.. ,. _�� ._,33 11 12 �. .� �F._ � 7163 � _ _$60.00 _ $429 780,00. 5 3312.OD01 Fire Hydrant (Assembly) ��� 33 12 40 EP, �_ 6 $6 500.OD ,^ $39,000 ;00 __ __� ,� _,._.... _., � _ _ �_, 6 3312.0117 Connect to Existing 4".12" Water Main __� _ 33,12 25 � EA ��. 6,___ $2,500,00 �$15,000.00 7 3312.2003 1" Water Service __ ___ .� ��� 33 12 10 EA . 175 $1 400.00 _$245,000; 00 - - � � —�-- ..___. .._. .._ _,._ 8 3312.3003 8" Gate Valve ___, _ _ 33 12_20 �� EA � 18 ��2 500; 00 __$45,000 00 9 9999.0001 Water Testing (Excluding Geotech} 00 00 00 LF 7163 51.00 $7.163.00 [ TOTAL UNIT I: WATER IMPROVEIV�NTS $909,431.00� � � Cli'Y OF FORT WORTH STANDARO CONSTRUCTION SPECIFICATION DOCUMENTS - DGVELOPER AWARDED PROJECTS Fonn Vusion May 22, 2019 00 42 43_Bid Pmpasul_DAP 00 42 43 DAP - Bm PROPOSAL Pege 2 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project item Information Bidders Proposal Bidlistltem Specification I Unitof j Bid I DescripUon � UnitPrice Bid Value No. Section No. Measure � Quantity j UNIT II: SANITARY SEWER IMPROVEMEN—S 1 0241.2013 Remove 8" Sewer Line $40.00 ,_,$2,880.00_ _ �2 41 14 LF 72 .. — .� .�. _�..._. �. 2 0241.2015 Remave 12" Sewer Line _ _ _ _ _ __ _ ____ ,� 02 41 14_ �LF _ � _ 12, _ $42.00 , _.__$504�.00 3 0241.2016 Remove 15" Sewer Line �����. _ 02 41 14 _ LF 793 . $46,00 ___$36,478,00 .., .__.._.._.._.._— �� _.� _ �...�. 4 0241.2018 Remove 18" Sewer Line _� �D2_41 14 _� LF �1126 �__ $52 00 �$58 b52,-00 5 0241.2201 Remove 4' Sewer Manhole �,_ __ � D2 47 14 EA 7 $2,400.00 �,$16,800.00 6 3301.0002 Post-CCN Inspection � ___ ��_ _� � _ .� 33 01 31 � LF � _ 6158 � , . $4A0 ✓$24,632.00, . �,� , �._— ____. 7 3301.0101 Manhole Vacuum Testing _ _ __ __ ___ ,__�_ ,�_33 01 30 � _ EA _ � 29, ,� $200.00 $5,800.00 �.., . . 8 3305.0109 Trench Safety � _ � �_ �33 05 10 � �LF� _ 6158 � $,2.00 � $12,316.00. 9 3305.0113 Trench Water Stops _ �� v_ �_� 33 05 15 EA 13 �$500,00 �.$6,500.00 _ _ .._. _ _ ._. _..� � 10 3331.3101 4" Sewer Service , __ _ _� _ 33 31 50 � EA�, �175 __ $850,00 .� $148,750.00 � � 3331.4115 8" Sewer Pipe (SDR-26, ASTM D3034) 33 11 10, 33 31 _ . ... . . . _ _, , .. _. _ 12,, 33 31. 20 . , �F �3844 _ $72.00 _ $276,768.00 3331.4116 8" Sewer Pipe (SDR-26, ASTM D3034 w/ CSS Backfill) 33 11 10, 33 31 � 2 12, 33 31 20, 33 LF 0510(MOD) �176.,_.$102,00, _,$17,952.00 13 3331.4215 15" Sewer Pipe v 33 11 10, 33 37 _ . , _�, , 12 33 31 20., _ . �F . 1498 _____ $178.00 _ $266,644.00 14 3331.4216 15" Sewer Pipe, CSS Backfill 33 11 10, 33 31 ___,_ .,_12, 33 31.20 _. ._ LF..� „ 88 �.�208.00 _ . $18,304.00 � . ___._. ,. , 15 3331.4222 16" DIP Sewer �w______, .,�33 11 10 __ LF� �486 �_$258.00 �$125,,388.00, 16 3331.4223 16" DIP Sewer, CSS Backfill �,_� _` _�� 33 11 10� � LF �� 66 �$288.00 �$19,008.00 17 3339.0001 Epo�ry Manhole Liner _�_ ___� _ 33 39 60 �VFV„ �123 _� $485.00 �.$b9,655.00 18 3339.10014'Manhole 333910,� - - — -- ._ __. ._.�— ----��_ __ ._ _33 39.20,T � ..� �� ..r.$4,500.00 -- $121,500.00. 19 3339.1002 4' Drop Manhole 33 39 10, _ _ _, �_�._,^ __ _,33_3920__, � 2 �_$5,500.00 _$1,1,000.00 20 3339.1003 4' Extra Depth Manhole 83 38 10, F � _ .. — . �..,.. _ ,33 39.�2�._, �.. .. _._ .�..r.76 —.A .$225.00 _ $17,100,00 21 9999.0002 Manhole Over Existing Sanitary Sewer Line __� ,� 00 00 00 4� EA �y ,_ _r 2�$7,500,00 �$15,000.00, 22 9999.0003 Adjust Manhole Rim � _ _ _ �_��______�_, ,� 00 00 00 � � EA � 2 __,_, $3,500.00. ._ .$7,000.00 23 9999.0004 Connection to Existing Sewer Line 00 00 00 EA 5 53,500.00 $17,500.00 TOTAL UNITEI: SANITARY SEWER IMPROVEMENTS $1,286,031.00 CITY OF FORT WORTH STANDARD CUNSTROCTION SPECIFICATION DOCUMEN73 - DSVELOPER AWARDED PROJECTS Form Vmion May 22, 2019 OD 42 43_Bid Propasal_DAP OU 42 43 DAP-BIDPROPOSAL Page 3 of 5 SECTION 00 42 43 DeveloperAwarded Projects - PROPOSAL FORM UNIT PRICE BID Project Item Infortnation Bidder's Application BiddersProposal Bidlistltem Specification I Unitof I Bid � Description UnitPrice BidValue No. SectionNo. Measure � Quandty UMI2 III: DRAINAGE IBI� �ROVF�� 1 3137.0101 12" Rock Riprap ._ __� _�_._ _�_. _ 37 37 00 � _� SY_� � 234 _ $125.00 _ $29,250,00 2 3305.0109 Trench Safety _ _____ � __ ._ 33 05_10 � l LF � � 2596 ,_i, $2.00 _ ___ $5,192.00 3 3341.0201 21" R.C.P. Class III _�__ _,��__�_ ,�33 41 10 _� LF ��_291_ $75.00 _$2„J,825,00, 4 3341.0205 24" R.C.P; Class III 33 41 10 LF 836 $85 00 __.$71,060,00 _ ______ ___.. _.._. _..._�__�. _,. _._,..__.—. _..... _ ..�...�.._ , „� 5 3341.0302 30" R.C.P. Class III ,__�_ ___� � 34 41 10 _ LF� � 665 ____ $105 00 e�,$69 825.00 6 3341.0309 36" R.C.P. Class III �_ _�_ __ _T ��� � 33 41 10� _ LF �� 362 m� $145,00 _�$52,490.00. 7 3341.1101 4x2 Box Culvert __ __ �_ _ 33 41 10 LF�y _1rt12 ,____Y$275.00 ,$30,800.00 8 3341.1401 7x3 Box Culvert _ ___ 33 41 10� ! LF � 330 �$560 00 �$1,84,800;00 _ _ �. �., .._...� �_.__— 9 3349.0001 4' Storm Junction Box �__ _ v_ __ ____ � 33 49 10� i EA _ 10 �$7 ODO 00 �$70,000,00 10 3349.0101 3' Round Manhole Riser _ 33 49 10 EA 2 $3 500.OD „^,.$7,000,00 � _ , .�. .. �.,�_� �__._.._ � 11 3349.5001 10' Curb Inlet � _ _ �___ _`��_�y ,,, _ rt33 49 20 �EA � _ 20 ,.�$3 800 _OD � $76,OOOAO 12 9999.0005 Inlet Protection _ � __ ��� 31 25 00 (MOD) _ EA � � 20 $100,OD „� $2,000.00 13 9999.0006 4' X 2' CH-PW-2 __ _____�w � 00 00 00 ��EA ��1 �$34 500�00 __ $34,bOD.00 14 9999.0007 4' X 2' CH-PW-S ___ `__��� _____, i 00 00 00 __ EA � 1,_ $17,500:00 ._ $17,500.00 15 9999.0008 7' X 3' CH-PW-1 __ �_ �__ Y_ 00 00 00 EA 1 $20,500.00 _$20,500.00 . � _.. —._ .._ _. 16 9999.0009 7' X 3' FW-0 __ __________��__._ _.�. ,.�.,OD 00 00 �_ EA__ 1,_$13,500.00 �,$13,500.00 17 9999.0010 30" Sioped End Headwall �_ ��, 00 00 00 � EA 1 $5b5D0.00 _____ $5,500,00 ,,...�_ ..— . ,,_._ :. ,,— ,_ 18 9999.0011 36" Sioped End Headwall � � 00 00 00 � y EA ,�_ 2_$6 OD0.00 ,� $12,000.00 19 9999.0012 Connection to Existing 24" RCP 00 00 00 EA 1 $2.500.00 $2,500.00 TOTAL U �IT III: QjiAINAGE IMPROVEMENT$ $726,242.00 CITY OF FOA7' WORTH STANDARD CONSTRUCTION SPECIFICATION DUC[J[v1ENTS - DEVELOPF:R AWARDED PROIECTS Porm Vasion Mny 22, 2019 004243_BidPropasal DAP 00 42 43 DAP - BID PRUPOSA[: Pege 4 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project [tem Information Bidders Proposal Bidlist Iteml No. � 1 2 3 4 5 6 7 8 9 10 11 12 13 14 � � i Description Specification + Unitof I B�d UnitPrice I Bid Value Section No. � Measure Quantity � UNIT IV: PAVING IMP 2O\�EMENTS 3211.0400 Hydrated Lime (30#/SY) � 32 11 29 _ � TON _ �345 _____ $275.00 �,$94,875,00 3211.0400 Hydrated Lime (36#/S`� 32 11 29 TON 56 �$?75A0 �$15,125.00 .. _ ._ _. _.. � � _._ _ 3211.0501 6" Lime Treatment (30#ISY) _� 32 1_1m29 � SY �,� 2276,0 $3.50 ,^ $79.660.OQ 3211.0502 8" Lime Treatrnent (36#/SY) � � _ _ __^ 32 11 29 _ SY .2800 _ $4.00 _$11,200.OD , _. .., __��� _......... � -. _ 3213.0101 6" Conc Pvmt ___ V__�_� __._ ._ 32 13 13 � _ SY �� 21348 $60.OD _$1,280,880.00 3213.03D2 5" Conc Sidewalk _ _ _ _ �__ . _ _�, ,� 32 13 20 _ 8F _ � 10409 � $4.50 _ , _ $46,840 _50 _ 3213.0506 Barrier Free Ramp, Type P_1 _ ____ __. M�� ,,_„ 32 13 20 _� EA �____ 16 .� $2 200.00 __$3, 5,200 _00 3291.0100 Topsoil _ _ 32 13 13 CY 242 $28.,00 ___,_ $6,776 00 _ � _� _. __ r.__� � . 3292.0400Seeding,Hydromulch __329213� �SY� _2176_ $2;D0.�_.$4,352.00 . , _ . _..— .... _... . 3441.4003 Fumish/lnstall Alum Sign Ground Mount City Std. - 34 41 30 � Name,Blad_es _...,�,._� ..�..._._e..�._.._---...�._,_. _ �__ ... _��OOO.OD i �,r , 12 $750.00 9, �, 3441.4003 Fumish/Install Alum Sign Ground Mount Ciry Std. - Stop 34 41 30 � � 10 $850.00 .,e,,. ,$B�SOOAO 9999.0013 7.5" Conc Pvmt ^ � �� s 00 00 00 i SY� � 2654 Y$74_00 �$j,96,396.00 9999.0014 ConsVuct Barricade 00 0_0 00 � EA 2 $850.D0 �$1,700,00 9999.0015 Remove Barricade & Connect to Existinp Header 00 00 00 ���EA� �6 �$500.00 $3,000.00 7�TAL UNIT IV: PAVINS IiNPROVEMEkTS $1,793,504.50 CITY OF FORT WURTH STANDN2D CONSTRUCTION SPECIFICATION DOCIIMENTS - DEVELOPER AWARDED PRWECTS FmmV�ionMay22,2019 004243_BidPmpnval DAP 03.04.2025 00 45 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 T�pe" box nrovide the comolete maior wark tvne and actual descri�tion as nrovided bv the Water Denartment for water and sewer and TPW for t�avin�. Major Work Type Water Distribution System - New Construction, All Sizes Sewer Collection System - New Construction, All Sizes Concrete Paving Construction - Unlimited Area Roadway & Pedestrian Lighting Sanitary Sewer Manhole/Structure Interior Lining - Warren or Chesterton Coating Contractor/Subcontractor Company Name Conatser Construction TX, L.P Conatser Construction TX. L.P Conatser Construction TX, L.P Conatser Construction TX, L.P. ACE Pipe Cleaning Inc. Prequalification Expiration Date 4/30/26 4/30/26 11 /30/26 1/31/26 2/28/26 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, Texas 76119 CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS BY: Brock Huggins �� � ��ignature) TITLE: President DATE: END OF SECTION OD 45 12_ 1 Prequalification Statement 2015_DAP Form Version September 1, 2015 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page t of 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 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractar certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 104322. 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: Conatser Construction TX. L.P Company 5327 Wichita Street Address Fort Worth. TX 76119 City/State/Zip THE STATE OF TEXAS COUNTY OFTARRANT 0 ``�� By: Brock Hue�ins (Please Print) . Signature: Title: President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared �y�-�("� �� 1 i�S' , 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 �GTX �• l-j. for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN iJNDER MY HAND AND SEAL OF OFFICE this � day of 1i[ _:� ; [ _, 20?-5 ,� YP KA7HERINE ROSE _° � NOTARVPUBtlC,SiATEOFTp(AS ar � 10� 133467933 � oc� COMN.EXP. �1-30-2025 � t�� �L.�.i Notary Public in and for the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 RETREAT AT FOSSIL CREEK PHASE 3 Ciry Project No. 104322 9/3/2025 pp 5� 43 - 2 Developer Awarded Project Agreement Page 2 of 4 38 Artic�e 4, CONTRACT PR1C� 39 Developer agress to pay Contractnr for performar�ce of the Work in accardance wit�i the Cnntract 40 Docum�nts an amount in current funds of Four MillEon 5even Hundred Fifteen'Thousand Twa 4[ Hundred Ei�ht Dallars and Fiilv Cer�ts (5�.715,208.50). 42 Articic 5. CONTRACT I]UCUMEN�S �43 5.1 CONTENTS: 4a 4� 46 �7 48 49 5U 51 �2 53 5 �4 55 56 57 58 59 bQ Gl fi2 63 64 65 6b 67 68 G9 70 71 72 73 74 7� 76 A. The Cgntract 17ocuments which comprise the entire agree�r�ent between Developer and Contractor cojicerning the Work consist of lhe foilor��ing: l, `E'his Agreement. 2. Attachments to this Agreen�eift: �. I3id Forrn {As provided by De�eloper} 1) Proposal Form (DAP Version) 2) P�-equalification Statement 3) State and Federai dacueneElts (pt•oject specificj b. [nsuraiice ACORD Form{s) c. Payment 8ond (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 ancE/or S13E Comrrtitment For��� (If required) 3. Standard City General Conditions of tlze Construction Contract for Developer Awarded Projects. 4. Supplementary Conditia�is. 5. Speci�cations specificafly made a part af the Contract Documents by attachment or, if not attached, as inco3•porated by refercnce and described in tlie Table o� Contents af the Project's Contract Documents. b. Drawings. 7. Addenda. 8. Docume�tation submitted by Contra�tor prior to Notice of Award. 9. The following which may be delivered or issued af�er the Effectivc Date of the Agcement and, if issEied, become an incorporated part of thc Contract Docwnents: a. Notice to Proceed. b. Field Orders. c. Ck�ange Orders. d. Letter of Fir�al Acceptance. Cl7'Y OF FORT �VORTH RETREAT.QT F'OS51L CRF,F,K PNASF. 3 STANAARD CONSTRUCT{ON SPECIPICA'1lON DOCUNIEN'fS —DEVELOPER A��ARDED PROJi:CTS 104312 Revised ]une16,2016 00 52 43 - 3 1?evelaper A«'arded Project Agreament Page 3 of4 77 78 79 80 81 sz 83 $4 85 86 87 88 89 90 91 92 93 94 9� 46 47 9$ Article 6. INDEMNIFICATION 6.1 Cor�tractor covenants and a�rees ta indernnify, hnld harmless a��d defend, at its own expense, the city, its o!'ticers, servants and employecs, from and against any and all claims arising out of, or alleged ta arisc out of, the work ancl services to be performed by the contractor, its officers, agents, employees, subconfractars, lice�ses or in�itees under this contraet. This indemnification nrovision is sneciiicalj�� intendecl.fo onerate and be effective even if it is alles�ed or nroven that all or some of the damaves h�" ,I�F,P soual�t were cRused, in �vhole or in nart, hv anv act, omission or neeli¢ence of the cit�'. Ti�is indemnity pravision is intended to include, without limitatio�, indemnity fpr costs, expenses and legal �ees incurred by the city in defcnding against such claims anr� causcs of activns. b.2 Contractor covenants and agrees ta indemnify and hold I�armless, at ifs own expense, the city, its of�cers, servants and em}�layees, from and aaainst any and all loss, [iamagc or destruclion of �roperty of the city, arising out oi', vr alleged to arise out of, #he �vnrlc and services to be perfnrrned by the contractor, its officers, agents, emp�oyces, su6eontrac#ors, licensees or i�vitees under this enntr:�ct. This indemnificaiion provision is s�ecificallv intended to aner�te an�i be effective even if ii is alle�eci or proven that all ar soine of the ciamaues I�ein� souolit were caused, in whole or in part, b�� an�� act, onaission or ne�lieence of the citv_ Article 7. MISCELLAN�OUS 99 7.1 Terms. ]0o Terms ��sed in this Agrecmc�t are defined in A�ticle 1 of the Stanciard City Canditions of 101 t�e Co�struetion Contract for Developer Awarded Projects. ]02 7.2 AssigmnentofCont�act. �03 Tliis Agreement, inciuding all af the Contract Documents may not be assigiled by the 104 Contraetnr without the advanced ex��'ess �vritte�� consent of the DeveIoper. lf?5 73 Successars a��d Assigns. 106 Developer a�id Coi�tractor each binds itself, its par#neis, successo►�s, assigns and legal l07 representati�es co che other party hereto, i�1 respect to all cavenants, agreements and 108 obligations cantained in the Contc�act Documents. I09 7.4 5cverability. ! 10 Any provision or pai�t of the Contract Doc�tct�ents held tn be ua3consEitutional, �pid or 11 t unes�forceable by a court of competeiit jurisdictian shall be deerr�ed stricken, and all 112 rerr�aining provisions shal] continue to be valid a��d Uindin$ upo�� D�VELOPER and � 13 CONTR�.CTOR. 114 7.5 Governing i,a��� and Veii�le. � l5 Tllis Agreen�ent, including alE of tfie CUntract Docwnents is perfor€nable in the Stat� of l lb Texas. Venue sl3all be Tarrant Coimty, Texas, or the United States Districc Court for the 117 Northeen Districi of Texas, Fori 1�Vaith Division. G'CY Or �ORT WORTH RL• TR��tT AT FOSS11. CREEK Pl1�1SG 3 STAN�ARD CO:�ST€2UCTIUiJ SY�CIFICA�IO:� DOCUMGI+fI'$ �- DFVEL(3PF.R A�VAR�PD PROdECTS lIJ�1311 �evised June l6, 2016 9/3/20254/30/2025 � � � 3rd September 25 3rd September 25 3rd September 25 3rd September 25 3rd September 25 � 2 3 4 S G 7 8 9 ]0 1l 12 13 14 l5 lG l7 18 19 20 �� 22 23 24 ooGz tg-2 MAIivTENANCti BC�NU Page 3 i�f 3 WI-IEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the Developer and/or City of #he need thereof at any time within the Maintenance Period. NOW THEREFORE, the condition ofthis obli�ation is such that if Principal shall rernedy arty defective Work, for which tiinely notice was provided by Developer or City, to a completion satisfactory to the City, then this obligation shalt become null and void; otherwise to remain in fiitl 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 catise any and all such defective Work to be repaired and/or reconstructed with all associated costs thereaf being borne b�� the Principal and the Surety under this Maintenance Sond; 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 reco�•eries may be had hereon for successive breaches. C1TY Of f()RT W(�RTI� 6'CANDARD CITY CO�D1T10NS — UGVGU7PLR AVy'ARDL"D PRt)JEC'1'S K��ised January 3!_2S112 R6TR�'AT:iTI'O.Sfil1.('RF.'.F,li PIfASF..'3 Cily Projccl h'n. 70-�3�� 3rd September 25 b � a� x � � b ' � � � � � � � ... � �, � � � �"i � � � � i 2 � � � � � o u�i > �- � � •� o �, �-' � c � o o. � u � � v� o � �. � � c o° � o � Y ., c� ;� u H w . �L 'C7 C� � � � � :� � o a, n..� '� � � 3 � � � ' �. U -d � �, ... b � � `*" o o �, � an O v �� � � � � � � � 0 � 'b o � •�; �, � � b � o � a� � .^ 'b o N o . `' � 0 Y � � � � � � � 4 � � o C7 � z� �� z� a� � N POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE No. BI-72801 KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSLJRt�NCE COMPANY (the "Cornpany"), a corporation duly 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; Robbi Morales; Kelly A. Westbroolc; Tina McEwan; Joshua Saunders; Tonie Petran.e/r; or Milcaela Peppers of Aon Risk Services Southwest, Inc. of Dallas, TX its true and lawful Attorney-in-Fact, to sign its naine 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 same extent as if such bonds had been duly executed aud acknowledged by the regularly elected o�cers of the Company at its principal office iv their owii proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attomey is granted pursuaut to the following resolutions which were duly and valid]y adopted at a meeting of the Board of Directors of the Coinpany held on January 25, 2010: RESOLVED, tl�at, with respect to the Surety business written by Berkley Surety, the Chainnan of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attomey-in-fact and revoke any power of attomey previously granted; and further RESOLVED, that such power of atton�ey limits the acts of those named tlierein to the bonds, undertakings, recognizances, or other suretyship obligations specifically nained therein, and they have no aud�ority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further RESOLVED, that tl�e signature of any authorized o�cer and the seal of the Coinpauy may be affxed by facsimile to any power of attorney or certification thereof authonzing the execution and delivery of any bond, undertaking, recognizance, or otlier suretyship obligation of the Coinpany; and such signature and seal when so used shall have the same force and effect as tl�ough manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who sl�all have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Compauy has caused these presents to be signed and attested by its appropriate officers and its coiporate seal hereunto affixed this 2°d day of May�, 2024 . Attest_ (Seal) Sy r-�'��'-_��71 �1r, �';j Philig S.' 'elt V Execuuve Vice President & Secretary Serkley Iusurance Company By �—� U . Je. M. a Senior �+'ice. President ST:�IE OF C'ONNECrICLF } ) s.s: C�i�Zi' OF F_4IRFIELD ) Sw�rn to Uefore nie, a Natary Publie. in the State of Cannecticut, tlus 2°d day of Ma�• 2024 , by Plulip S. �itel# azid 3effrey M_ Hafter who are s1��am to me to be the Executive. �Fice Prr.sident and Secretary, and the Senior Vice President, respectively, of Berkley Iustuance C�mpa�y. �,/ �� r7 ,%� MAAfA C. RtJNDBAlf�7� _ �' �l,�� ,^,r .�-' I _ /�___��_. f ,}-.... �T� ��� Notary Public, State of Connecticut aONN�TICUi MYr'�OAAMlSSICyN DG�II� 0�-3C-PO?.� CERTIFICATE I, tiie undersigned, P.ssistaut Secretary of BERKLEY INSLTRATFC.E COMP.4NY, DO HEREBY CER�Y that f�e foregoing is a true, correct. and c�mplete copy of t3�e original Fower ofAttorney; #hat said Pawer of Attomey iias nat. been revoked orresc.inded and tliat tlie authority of tl�e Attnmey-iu-Fact set fordi tliereia �•ho executed the boud or undertaking to which tlus Power of Attarney is attached, is in full force aud eifect as af this date_ Given under my hand aud seal of the Company, #his day of , > _ _ ' ~ � j•`:: (Seal) .. �I �f{r.,�r"';.=-;�.,`'� ti'incent P. Farte iMPORTANT N�T10E T4 obtain ir�formation or make a comptaint: You may call Berkley Sure#y Group, LLC and its affiiiates by telephone for inforrr��tion or to make a c�mplaint: BERKLEY SURETY GROUP, LLC Ptease send all notices ofi +�{aim on this bond to: Berkley Surety Group, LLC (8fi6j 768-3534 412 Mount Kemble Avenue, Suite 310N Morristown, NJ ti79fia Attn: Surety Claims Department You may contact the Texas Department of Insurance to obtain in#ormaiinn on companies, coverages, rights or complaints at: 9 -80D-252-3439 Yvu may write tMe Texas Department of Insurance: P. 4. Sox 149104 Austin, TX 7�7'14-91Q4 Fax: (5'I Z) 4?5-�t 771 Web: htt�:tlwww.�di.state.tx.us E-mail: Consurri�rProteciion�a.tdi.sta#e.tx.us PREMIl1M OR CLAIM DISPUTES; Should you have a dispute concerning your premium or about a c1�im you should contact your agent or Berk�ey Sus�ety Grou�r, LLG f��st. �� the dispute is no# resolved, yau may contaGt the Texas Department of )nsurance. ATTACH T�ftS NOT}CE T4 YOUR BOND: This notice is f�r in#orrna�ian onfy and does not become a part or condition of the attached documertt and is given to compty with Texas tegat and regutatory requirem�nis. STREET LIGHT IMPROVEMENTS 00 42 43 (2) DA[' - Bm PROP05AL P�gc 1 af 2 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Project Item Infortnation Bidder's Application BiddersProposal fBidlistltem� I Specificadon I Unitof � Bid INo Description � SectionNo. Measure Quantity UnitPrice Bid Value � UNIT V: STREET LIGHTING IMPROVEMEN"S 1 2605.3015 2" Condt PVC SCH 80 (T) 26 05 33 LF 5428 $15.00 $81,420.OD �. _ �,., ,. � . _._�__._. _�__._ .._ _ , �.d _ _._._e _� ._ a._w._ _., _ 2 3441.1638 Type 33B Street Light Arm ��_�� � 34 41 20� EA� �� 37 �_ $50,0 OQ ___, $18,500 00 3 3441.3301 Type 11 Street Light Foundation _ v_� �__ 34 41 20 EA __, 37 $1 200,00 _ _$44s400.D0 . _ . w _> >.w._.� ...._. _... _..r 4 3441.3341 Type 11 Street Light Pole __�_ �_�_ � 34 41 20� � EA�w 37 $3 000 00 __$111,000�00 5 9999.0016 Type R2 Luminaire _ �R _ _ _ _ 00 00 00 EA � 34 ,µ $75Q.00 _ � $25,500.OD 6 9999.0017 Type R4 Luminaire 00 00 00 ��EA 3 �$950.00 $2,850.D0 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS $283,670.00 CITY OF FORT W ORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - �GVELOPER AWARDED PROIECTS Fam Version May 22, 20I9 00 42 43_Bid Pmposel_DP.P 03.04.2025 ooas i2 DAP PREQUALIFICATION STA7"EMENT Page 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maior Work T�oe" box nrovide the com�lete maior work rvne and actual description as vrovided bv the Water. Deoartment for water and sewer and TPW for pavin�. 1 Major Work Type Contractor/Subcontractor Company Name Prequalification � Ex�iration Date Water Distribution System - New Construction, All Sizes Conatser Construction TX, L.P. 4/30/26 Sewer Collection System - New Construction, All Sizes Concrete Paving Construction - Unlimited Area Roadway & Pedestrian Lighting Sanitary Sewer Manhole/Structure Interior Lining - Wanen or Chesterton Coating Conatser Construction TX, L.P Conatser Construction TX, L.P. Conatser Construction TX, L.P. ACE Pipe Cleaning Inc. 4/30/26 11/30/26 1/31/26 2/28/26 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, Texas 76119 BY: Brock Huggins , (Signature) TITLE: President DATE: CIN OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS END OF SECTION 00 45 12_ 1 Prequalification Statement 2015_DAP Form Version Septemher 1, 2015 1 2 3 4 5 6 7 8 9 10 11 12 13 14 l5 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 104322. 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: Conatser Construction TX. L.P Company 5327 Wichita Street Address Fort Worth. TX 76119 City/State/Zip THE STATE OF TEXAS COUNTY OFTARRANT § �` � By: Brock Hue�ins (Please Print) Signature: �—� Title: President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared �� j'� C.�= [+(,� �� � t- -} S , known to me to be the person whose name is subscribed to the foregoing ms�rument, and acknowledged to me that he/she executed the same as the act and deed of [. C� ��C �_ �-� for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN iJNDER MY HAND AND SEAL OF OFFICE this �� day of ��� �� f 4 . 2o2S rc KATHERINE ROSE NOTAfiY PUBUC� SSA7E OF TEXAS �y, r IDM '1 33467933 f COMML EXP. 1 �-30-2025 ��SJ�-'�`-'� i' �� Notary Public in and for the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Apri12, 2014 RETREAT AT FOSSIL CREEK PHASE 3 City Project No. 104322 9/3/25 �0 52 43 - 2 Dcvcloper Atv�drded Project Agreement Page 2 0€4 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Cor�tractoz fo�� par�qnnance of tife Work in accordance witl� the Contract 40 Docwnents an amount in current funds of Two Hiuidred Ei�htv-TEiree Thousand Six Htindred 4l 5evenfv �ol[ars f5283.670.001. 4z Ar#icle 5. CONTRACT DOCUMENTS 43 S.1 C�NTENTS: 44 A. Tlie Contract Documents which cornprise the entire agreement between Developer and 45 Contract�r co�icerni�fg the W ork consist of the fol1owing: 46 L This Agreement. 47 2. Attachments to this Agreerr►ent: 48 a. Bid Form (As pro�ided by Developer) 49 1} Proposal Farm (DAP Version) 50 2) Prec�uali%catinn Statement 51 3} State and Federal docurnents (p�•oject specific) 52 b. Insurance ACORD Form{s) 53 c. Payment Bond (DAP Versian) S4 d. Perforrr►ance Bond {DAP Version) SS e. Mai�itenance Bond (�AP Version) 56 f. Power of Attorney for the Bonds 57 g. Worker's Go�i3pensation Affidavit 58 h, MBE andlor SB� Comrnit�nent Fom� (If ret�uired} 59 3. Standard City General Conditions of the Construction Contract for De�eloper 6o A�varded Frojects. 61 4. Supplernentary ConditioiLs. 62 5. 5pecifications specificalty made a part of the Cantract Documents by attaclnnent 63 or, i� t�ot attac�►ed, as incorporated by reference and deseribed in the Table of b�l Contents of the Project's Cc�ntract Docunlents. 65 66 G7 68 G9 70 7i 72 73 74 7� 76 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. Tha fallowiElg which may be deli�ered or issued after the Effecki�e Date of tl�►e Agreement and, if issued, become an incorporated part of t13e Coi�trac{ pacuments: a. Notice to Praceed. b. Field Orders. c. Cklange Orders. d. Letter of Final Acceptance. Gl'i'Y OF FOi2T �1'ORTE[ RE7'RCATA7'FOSSlL CREEK P!!AS'L 3 57'AND�1R� CONS'fRUCTION SPECIFICATIOA' DOCUMEN'15 - DL•VELOPER A1�ARDEi) PROJECr5 l04322 Revised June 16.2016 Q0�243-3 Developer Awarded Project Agreement Page 3 of 4 77 Article G. TNDEMNIFICATION 78 79 80 81 82 83 sa 85 ss 87 88 89 90 91 92 93 94 95 96 6.1 Contraetor eovenants anci agrees to indemnify, �eolci harrr�less and de#'end, at its own expense, the city, its ofticers, se�-vants and employees, from a�d against any and all clain�s arising out of, or alieged to arise aut of, the �vork and services to be performed by #he contractor, iis officers, agenfs, emp�oyees, subeontractors, ]icenses ar invitees under this contr�ct. This indemnification provisian is sneci�caIlt' intencied to ot�erate and be effective even if it is alleeec� c�r r�roven that all or sorne of the dama�es bcin� sou�lit were caused, in �vhale or in nart, b�` anv act, omission or ne�li;,aence flf the citt�. This inderrinity provision is intended to include, «�ithout iesnitatian, indemnity for costs, expenses and legal fees incurred by tf�e eity in defending against such claiEns and causcs of actions. 6.2 Contractor covenants and agrees to indcn3nify and hold harmless, at its own expense, the city, its of�cers, servants and emPloyees, from and against any aEid ali loss, da►r�age ar destruction of pro�erty of'the city, arising out of, or atieged to arise out of, the �vork and services to be performed b}� the contractor, its ofiicers, a�ents, empIoyees, subcontractars, iicensees or invitees under this �ontrsct This indemnificafion r�rovision is snecificallv intended to a��erate a�d be effecti�e even if it is alleQed or a►roven that all or some of the d�ma�es bein� sou�ht �trere caY�sed. in �,vhole or ir� nart. bF� anv act, ornission or rse�li�ence of the cit��, 97 98 Article 7. MISC�LLAlY�0t75 99 7. ] Terms. 100 Terms used in this Agreement are defined �n Artic[e I of the Standard City Conditions of 101 the Construction Contract for Developer Awarded Projects. 102 7.2 Assignriient of Contract. l03 This Ageeme�-►t, including all af the Contract Documents niay not be assigned by the 104 Contractar without the advanced express writtert consent of t�e Developer. 105 7.3 Successors and Assigns. IOb De�eloper and Contractor eac1� binds itself, its partners, successors, assigas and le�a1 107 representatives to #]�e other party hcreto, in respect ta a}I covenants, agreements and t08 obligations contained in ff3e Contract Docinnents. 109 7.4 Severabilily. I14 Any pzovision or part of the Contract Documents held to be unconstit��tionai, void or t I t unenforceable by a caurt of competent jiErisdiction shail be deemed stricken, an� ail t 12 remaining provisions shall continue to be �alid and binding upon DEVELOP�R and 113 CONTRACTOR. I 14 7.5 Governi�ig Law and Venue. 115 'Th�s Agreement, including all of the Contract Doct3me�fts is performable in th� 5tate of 1 tG Texas. Venue shall be Tarrant County, Texas, or the United States District Cqurt for tlae 117 Northern District of Texas, Fort 1�Vorth Di�ision. C1TY Ur FOK'f �VQRTH RE772L•�TAT FOSSIL CRE�K PIlASE 3 STANDARU CONSTRUCTION SPECiF1CATlOh []OCU�ILN'CS — D�VELOPER AWAItDED PROJ�:C�'S l04322 Revised lunel6,2016 4/30/25 9/3/25 � � I DATE(MM/DD/YNYY) A�� o CERTIFICATE OF LIABILITY INSURANCE 04/29/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELYAMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDtTIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Gala Harris NAME: The Sweeney Company PHONE , (817) 457-6700 � IFnAic. Nor (817) 457-7246 1121 E. Loop 820 South n�oaess: 9ala@thesweeneyco.com P O BOX 8720 I INSURER(S) AFFORDING COVERAGE Fort Worth TX 76124-0720 INsuReRa • BITCO National Insurance Company INSURED Conatser Construction TX, LP P.O.Box 15448 CLP 3 746 901 Fort Worth TX 76119-0448 , �NSURER F: COVERAGES CERTIFICATE NUMBER: 24/25 GENL REVISION NUMBER: THIS IS TO CERTIFY THATTHE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMEDABOVE FOR THE POLICY PERIOD INDICATED. NOTIMTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECTTO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSUR,4NCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECTTO ALLTHE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR RW�SV[7k ' POLICYEFF POLICYEXP L7R TYPE OF INSURANCE 1N59 WVD POLICY NUMBER {MM/DD/YVYY1 {MMI�DlYYYYI LIMITS X COMMERCIAL GENERAL LIABILITY � CLAIMS-MADE � OCCUR X CONTRACTUAL,XCU A X INDEP CONT. BFPD GEN'LAGGREGATE LIMITAPPLIES PER: � POLICY � PR� � LOC JECT X OTHER: 1,000 DED PER PD OCC AUTOMOBILE LIABILIN X ANYAUTO B OWNED SCHEDULED AUTOS ONLY AUTOS � HIRE� NON-OWNED AUTOS ONLY AUTOS ONLY X 11MBRELLA LIAB X OCCUR B EXCESS LIAB CLAIMS-MADE �ED I ^I RETENTION $ �O,OOO WORKERS COMPENSATION AN� EMPLOYERS' LIABILITY Y! N ANY PROPRIETOR/PARTNERIEXECUTIVE ❑ B OFFICER/MEMBER EXCLU�ED? Y N I A (Mandatory in NH) IFyes, describe under DESCRIPTION OF OPERATIONS below Brock Huggins Pres, office only B CAP 3 746 9D2 CUP 3 746 899 WC 3 746 900 IiNsuReR s: B�TCO Generai Insurance Corporation I INSURER C : I INSURER D : I INSURER E : 08/01/2024 08/01/2025 08/01/2024 08/01/2025 DAMAG`E �b FYE�d�ED PREMISES !Ea occurtence� MED EXP (Any one personl PERSONAL&ADVINJURY GENERALAGGREGATE PRODUCTS-COMP/OPAGG COMBINE� SINGLE LIMIT fEa accident} BODILY INJURY (Perperson) BODILY INJURY (Peraccidenl) PROPERTY DAMAGE iPer accidenll NAIC # 20109 20095 $ 1,000,000 $ 100,000 $ 5,��� $ 1,000,000 $ 2,000,000 $ 2,000,000 $ $ 1,000,000 $ $ EACH OCCURRENCE $ 5,000,000 08/Ol/2024 D8/01/2025 qGGREGATE $ 5,000,000 $ I 08/01/2024 08/01/2025 ^! STATUTE I f ER� E.L.EACHACCIDENT $ 1,000,000 E.I.DISEASE-EAEMPLOYEE $ �,OOO,OOO E.L. DISEASE - POLICY LIMIT $ � �OOO,ODO DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 701, Additional Remarks Schedule, may be attaehed if mo2 space is required) Retreat at Fossil Creek Ph. 3— Water, Sanitary Sewer, Drainage, Paving, & Street Light Improvements (CPN 104322). WC, GL & auto include a blanket automatic waiver of subrogation endt & the GL, auto include a blanket automatic additional insured endt providing additional insured & waiver of subrogation status to the cert holder only when there is a written contract behveen the named insured & the cert hoider that requires such status. The additional insured endts contains special primary & noncontributory wording. Umbrella follows form additional insured & waiver of subrogation. The policies include an endt providing 30 day notice of cancellation (10 days for non-pay of premium) to the cert holder. CERTIFICATE HOLDER HOUSTON � RETREATAT FOSSIL CREEK LTD 13141 NORTHWEST FREEWAY ACORD 25 (2016/03) CANCELLATION SHOULD ANY OF THE ABOVE DE5CRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE TX 77040 ���, , .�� O 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 07/28/2025 The Sweeney Company 1121 E. Loop 820 South P O Box 8720 Fort Worth TX 76124-0720 Gala Harris (817) 457-6700 (817) 457-7246 gala@thesweeneyco.com Conatser Construction TX, LP P.O.Box 15448 Fort Worth TX 76119-0448 Bitco National Insurance Company 20109 Bitco General Insurance Corporation 20095 25/26 GENL A Contractual, XCU Indep Cont BFPD 1,000 Ded Per Occ CLP 3 761 042 08/01/2025 08/01/2026 1,000,000 100,000 5,000 1,000,000 2,000,000 2,000,000 B CAP 3 761 043 08/01/2025 08/01/2026 1,000,000 B 10,000 CUP 3 761 044 08/01/2025 08/01/2026 5,000,000 5,000,000 B Y WC 3 761 041 08/01/2025 08/01/2026 1,000,000 1,000,000 1,000,000 B Brock Huggins President Office Only Retreat at Fossil Creek Ph. 3 – Water, Sanitary Sewer, Drainage, Paving, & Street Light Improvements (CPN 104322). The City of Fort Worth, its officers, employees and servants are additional insureds for general liability and automobile liability on a primary and non contributory basis. Waiver of Subrogation in favor of the City of Fort Worth applies as respects workers’ compensation coverage. CITY OF FORT WORTH 100 FORT WORTH TRAIL FT WORTH TX 76102 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 3rd September 25 3rd September 25 3rd September 25 3rd September 25 3rd September 25 1 ? 3 � 0 10 il 12 l3 14 006? 19-2 �tAINT'FhAhCE BONI) Page ? of 3 WHEREAS, Principal binds itselfto repair or reconstruct the Work in whole or in part upon receiving notice from the Developer and/or City ofthe need thereof at any time w�ithin the Maintenance Period. 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall G remedy any defective Wark, for which timely notice was provided by Developer or City, ko a 7 c;omp[etion satisfactory� to the City, then this obligation sha[f become nuf( and Woid; otherwise to 8 remain in full force and effect. PROVIDED, HOWEVER, if Principa] shall fail so to repair or reconstruct any timely n�ticed defective Work, it is agreed that the Developer or City may cause any and all such d�fective Work to be re�aired and/or reconstructed u�ith all associated costs thereof being borne b}f the Principal and the Surety under this Maintenance 8ond; and I 5 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shail lie in 16 Tan•ant Count�. Texas or the United States District Court for the NorChern District of Texas, Fort 17 Worth Division; and t8 l9 PROVIDED FURTHER, that tt�is obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 C!l'�` OF PORT 1rfOR'I'I{ S't ANUARI) C I'LY GUNlli"fi�NS — DEVLL�)f'ER AVl'ARDEU PRC71LCT5 Revised Januar� 31, 2D12 RET/2GAT .17'I•'OSSII, CREFIC. Pf1.9,SC 3 C'i1�� Proje�J �'p. 104319 3rd September 25 b � � � � .� � � � � � .� � a� � � � � � � � � .� �. � � �. � � o ai > � � � .� a �� � c � o o. Y � � u � � o � �. � 3 "" o �' � o � � .. c� �,' U � � . '�. � a� � � � '� � � o �,, a.. � � �y M � � � � U �"' o � -a � � ... � � � � a o �, o .x � U �� � �� �� 0 � '� o � U O -o � o � a, � „ ... �. � b a � N O � � 0 Y � � � � �ti � � � Q � r�I, a v U z� � � � Q � � � POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE No. BI-72801 KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware, having its principal offce in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell; Sophrnie Hunter; Robbi Morales; Kelly A. Westbrook; Tina McEwan; Joshua Saunders; Tonie Petranek; or Mikaela Peppers of Aon Risk Services Southwest, Inc. of Dal[as, TX its true and lawful Attomey-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.$SO,OOD,000.00), to the same extent as if such bonds had been duly executed aud aclaiowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of coiiflicts of laws thereof. This Power of Attomey is granted pursuant to the followiug resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010: RESOI,VED, that, with respect to the Surety business written by Berkley Surety, the Chainnan of tl�e Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying tl�e attorney-iil-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to aff'ix the corporate seal of the Company to powers of attomey executed pursuant hereto; and said o�cers may remove any such attorney-in-fact and revoke any power of attorney previously granted; and further RESOLVED, that such power of attonley limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named tlierein, and they have no aud�ority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attomey revokes all previous powers issued on behalf of the attoniey-in-fact uamed; and furtl�er RESOLVED, that tl�e signature of any authorized o�cer 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 Coinpany; and sucll signature and seal when so used shall have the same force and effect as though inanually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall l�ave been such o�cer or o�cers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Compairy has caused these presents to be signed and attested by its appropriate o�cers and its corporate seal hereunto affixed this 2°d day of Mav . 2024 . Attest: (Sea1) By .`� .�-�r�l .��c �'�j Philip 5'�reltv Executive Vice President � Secretary Berkley Iusurance Conipany B�' ��V - � Je . M. Senior Vice. President 5T:�7E OF CONNECIICL:� } } ss: C:OL��II' OF F_�IP.F'IE7.D ) Sworn to before me, a Notary Public. in the State of Cannecticut tlus 2°d day of May , 20?4 , by Plulip S. VJelt aud Jeffrey M_ Haftes who are s1��Qnt to n�e to be the Execut�ve �tice President anti Secretary, and Lhe Senior Vice President, respectively, of Berkle�� Iusurance Compauy. MIpWfA C. RLfI+[DBJ1l4�7� ��: r� 1�--� I_. �� ..�� � I� ,.--r �T� pUs� Nohry Public, State. of Connecticut OONN�i1CUT IAM' OOMFAiSSaON D�IRES Q�3Q-,202Q CER'iIF'IC �TE I, the undersigned, Assistant Secretary- of BERKLEY INSURAI�FC.E COMPAIvY, DO HEREBY CERTIFY that �e foregoing is a tnie, correct and complete copy of the original Power of Attorney; that said Power of Attoruey has not been re�roked or resc.in ded and diat the autliority of tlie :s..ttomey-in-Fact set forti� thereia �•ho executed the bond or undertaking ta wluch tl�is Pow•er of Attoraey is attached, is iu full force aud effect as o€t�tis date_ Given under m_y hand and seal of the Compaay, #his day of - , _ -- �����'k� (Seai) ^ � : �f:� � _, -: -.�i._ ', Vincent P. Forte lMP�RTANT N07fCE �o vbtain informatian or make a compta�nt: You may call Berkley Surety Group, LLC and its affil�aie� by te{ephone far infarma#ivn or to make a camp#aint: BERKLEY SURETIf GROUP, LLC Please send aii notiees of ciaim an this bond to: B�rkley Surety Group, LLC (866� lfi$-3534 412 Mount Kemble Avenue, Suite 310N Morristown, NJ Q7960 A#tn: Sure#y Claims aepartment Yau rnay contaci #he �exas Department of Insurance to obtain information on companies, coverages, rights or complainfis a#: '1-800-252-3439 You may write tMe Texas Depar#ment af lnsurance: P. O. Box 1491 U4 Austin, TX 78i94-9'!U4 Fax: (5�12j 475-'�771 �IVeb: http:l/www.#di.state.tx<us E-m�il: �onsumerPr�#ection�idi.state.tx,us PREMtUM OR CLAIM �1SPUTES: Should you have a dispute concerning your premium or about a ciaim you should contact your agent ar Berk�ey Surety Group, �.�.0 �i�st. 1# �he dispute is not resolved, you ma�r contact the Texas Department of lnsuranc�. ATTACH THIS NOTICE Tt3 YOUR BOND; This notice is for information only and does noi become a par� or condition of the attached document and is given to �omply with Texas iegaf and regufatory requiremen#s. 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 – Definitions and Terminology .......................................................................................................... 1 1.01 Defined Terms ............................................................................................................................... 1 1.02 Terminology .................................................................................................................................. 5 Article 2 – Preliminary Matters ......................................................................................................................... 6 2.01 Before Starting Construction ........................................................................................................ 6 2.02 Preconstruction Conference .......................................................................................................... 6 2.03 Public Meeting .............................................................................................................................. 6 Article 3 – Contract Documents and Amending ............................................................................................... 6 3.01 Reference Standards ..................................................................................................................... 6 3.02 Amending and Supplementing Contract Documents .................................................................. 6 Article 4 – Bonds and Insurance ....................................................................................................................... 7 4.01 Licensed Sureties and Insurers ..................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds ........................................................................ 7 4.03 Certificates of Insurance ............................................................................................................... 7 4.04 Contractor’s Insurance .................................................................................................................. 9 4.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 12 Article 5 – Contractor’s Responsibilities ........................................................................................................ 12 5.01 Supervision and Superintendent ................................................................................................. 12 5.02 Labor; Working Hours ................................................................................................................ 13 5.03 Services, Materials, and Equipment ........................................................................................... 13 5.04 Project Schedule .......................................................................................................................... 14 5.05 Substitutes and “Or-Equals” ....................................................................................................... 14 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ..................................... 16 5.07 Concerning Subcontractors, Suppliers, and Others ................................................................... 16 5.08 Wage Rates.................................................................................................................................. 18 5.09 Patent Fees and Royalties ........................................................................................................... 19 5.10 Laws and Regulations ................................................................................................................. 19 5.11 Use of Site and Other Areas ....................................................................................................... 19 5.12 Record Documents ...................................................................................................................... 20 5.13 Safety and Protection .................................................................................................................. 21 5.14 Safety Representative ................................................................................................................. 21 5.15 Hazard Communication Programs ............................................................................................. 22 5.16 Submittals .................................................................................................................................... 22 5.17 Contractor’s General Warranty and Guarantee .......................................................................... 23 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ........................................................................................................................... 24 5.19 Delegation of Professional Design Services .............................................................................. 24 5.20 Right to Audit: ............................................................................................................................ 25 5.21 Nondiscrimination....................................................................................................................... 25 Article 6 – Other Work at the Site ................................................................................................................... 26 6.01 Related Work at Site ................................................................................................................... 26 Article 7 – City’s Responsibilities................................................................................................................... 26 7.01 Inspections, Tests, and Approvals .............................................................................................. 26 7.02 Limitations on City’s Responsibilities ....................................................................................... 26 7.03 Compliance with Safety Program ............................................................................................... 27 Article 8 – City’s Observation Status During Construction ........................................................................... 27 8.01 City’s Project Representative ..................................................................................................... 27 8.02 Authorized Variations in Work .................................................................................................. 27 8.03 Rejecting Defective Work .......................................................................................................... 27 8.04 Determinations for Work Performed .......................................................................................... 28 Article 9 – Changes in the Work ..................................................................................................................... 28 9.01 Authorized Changes in the Work ............................................................................................... 28 9.02 Notification to Surety .................................................................................................................. 28 Article 10 – Change of Contract Price; Change of Contract Time ................................................................ 28 10.01 Change of Contract Price ............................................................................................................ 28 10.02 Change of Contract Time............................................................................................................ 28 10.03 Delays .......................................................................................................................................... 28 Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29 11.01 Notice of Defects ........................................................................................................................ 29 11.02 Access to Work ........................................................................................................................... 29 11.03 Tests and Inspections .................................................................................................................. 29 11.04 Uncovering Work ....................................................................................................................... 30 11.05 City May Stop the Work ............................................................................................................. 30 11.06 Correction or Removal of Defective Work ................................................................................ 30 11.07 Correction Period ........................................................................................................................ 30 11.08 City May Correct Defective Work ............................................................................................. 31 Article 12 – Completion .................................................................................................................................. 32 12.01 Contractor’s Warranty of Title ................................................................................................... 32 12.02 Partial Utilization ........................................................................................................................ 32 12.03 Final Inspection ........................................................................................................................... 32 12.04 Final Acceptance ......................................................................................................................... 33 Article 13 – Suspension of Work .................................................................................................................... 33 13.01 City May Suspend Work ............................................................................................................ 33 Article 14 – Miscellaneous .............................................................................................................................. 34 14.01 Giving Notice .............................................................................................................................. 34 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times ................................................................................................................ 34 14.03 Cumulative Remedies ................................................................................................................. 34 14.04 Survival of Obligations ............................................................................................................... 35 14.05 Headings ...................................................................................................................................... 35 00 73 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 l. Supplementary Conditions m. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project’s Contract Documents o. Drawings p. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor—The individual or entity with whom Developer has entered into the Agreement. 11. Day or day – A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer – An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance – The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. 00 73 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions – That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions—That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 00 73 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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.B 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. 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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; 00 73 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage’s and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor’s insurance. 4.04 Contractor’s Insurance A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’ Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers’ Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers’ compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor’s employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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: ____________________________________________________________ Write the name of the railroad company. (If none, then write none) 2.The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a “Right of Entry Agreement” with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor’s use of private and/or construction access roads crossing said railroad company’s properties. 3.The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, occupy, or touch railroad property: a.General Aggregate: _____________________________________ Enter limits provided by Railroad Company (If none, write none) b.Each Occurrence: : _____________________________________ Enter limits provided by Railroad Company (If none, write none) 4.With respect to the above outlined insurance requirements, the following shall govern: a.Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b.Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of- None None None 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City’s sole discretion an item of material or equipment proposed by Contractor does not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or-equal” at Contractor’s expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre-qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 X 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 31st 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 11th 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 X 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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.B. 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. 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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: 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 – MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other 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. 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 01 11 00 - 1 DAP SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects Revised December 20, 2012 SECTION 01 11 00 1 SUMMARY OF WORK 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A.Section Includes:5 1.Summary of Work to be performed in accordance with the Contract Documents6 B.Deviations from this City of Fort Worth Standard Specification7 1.None.8 C.Related Specification Sections include, but are not necessarily limited to:9 1.Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract10 2.Division 1 - General Requirements11 1.2 PRICE AND PAYMENT PROCEDURES 12 A.Measurement and Payment13 1.Work associated with this Item is considered subsidiary to the various items bid.14 No separate payment will be allowed for this Item.15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS 17 A.Work Covered by Contract Documents18 1.Work is to include furnishing all labor, materials, and equipment, and performing19 all Work necessary for this construction project as detailed in the Drawings and20 Specifications.21 B.Subsidiary Work22 1.Any and all Work specifically governed by documentary requirements for the23 project, such as conditions imposed by the Drawings or Contract Documents in24 which no specific item for bid has been provided for in the Proposal and the item is25 not a typical unit bid item included on the standard bid item list, then the item shall26 be considered as a subsidiary item of Work, the cost of which shall be included in27 the price bid in the Proposal for various bid items.28 C.Use of Premises29 1.Coordinate uses of premises under direction of the City.30 2.Assume full responsibility for protection and safekeeping of materials and31 equipment stored on the Site.32 3.Use and occupy only portions of the public streets and alleys, or other public places33 or other rights-of-way as provided for in the ordinances of the City, as shown in the34 Contract Documents, or as may be specifically authorized in writing by the City.35 a.A reasonable amount of tools, materials, and equipment for construction36 purposes may be stored in such space, but no more than is necessary to avoid37 delay in the construction operations.38 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects Revised December 20, 2012 b.Excavated and waste materials shall be stored in such a way as not to interfere 1 with the use of spaces that may be designated to be left free and unobstructed 2 and so as not to inconvenience occupants of adjacent property. 3 c.If the street is occupied by railroad tracks, the Work shall be carried on in such4 manner as not to interfere with the operation of the railroad.5 1)All Work shall be in accordance with railroad requirements set forth in6 Division 0 as well as the railroad permit.7 D.Work within Easements8 1.Do not enter upon private property for any purpose without having previously9 obtained permission from the owner of such property.10 2.Do not store equipment or material on private property unless and until the11 specified approval of the property owner has been secured in writing by the12 Contractor and a copy furnished to the City.13 3.Unless specifically provided otherwise, clear all rights-of-way or easements of14 obstructions which must be removed to make possible proper prosecution of the15 Work as a part of the project construction operations.16 4.Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,17 lawns, fences, culverts, curbing, and all other types of structures or improvements,18 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or19 appurtenances thereof, including the construction of temporary fences and to all20 other public or private property adjacent to the Work.21 5.Notify the proper representatives of the owners or occupants of the public or private22 lands of interest in lands which might be affected by the Work.23 a.Such notice shall be made at least 48 hours in advance of the beginning of the24 Work.25 b.Notices shall be applicable to both public and private utility companies and any26 corporation, company, individual, or other, either as owners or occupants,27 whose land or interest in land might be affected by the Work.28 c.Be responsible for all damage or injury to property of any character resulting29 from any act, omission, neglect, or misconduct in the manner or method or30 execution of the Work, or at any time due to defective work, material, or31 equipment.32 6.Fence33 a.Restore all fences encountered and removed during construction of the Project34 to the original or a better than original condition.35 b.Erect temporary fencing in place of the fencing removed whenever the Work is36 not in progress and when the site is vacated overnight, and/or at all times to37 provide site security.38 c.The cost for all fence work within easements, including removal, temporary39 closures and replacement, shall be subsidiary to the various items bid in the40 project proposal, unless a bid item is specifically provided in the proposal.41 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 01 11 00 - 3 DAP SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects Revised December 20, 2012 1.5 SUBMITTALS [NOT USED] 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 01 25 00 - 1 DAP SUBSTITUTION PROCEDURES Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 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: a.Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 25 00 - 2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 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 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. RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 25 00 - 3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 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 Revision Log DATE NAME SUMMARY OF CHANGE RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 25 00 - 4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A.Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B.What effect does substitution have on other trades? C.Differences between proposed substitution and specified item? D.Differences in product cost or product delivery time? E.Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 01 31 19 - 1 DAP PRECONSTRUCTION MEETING Page 1 of 3 1 SECTION 01 31 19 2 PRECONSTRUCTION MEETING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. No construction schedule required unless requested by the City. 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 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A.Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a.If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the delivery of the 28 distribution package to the City. 29 a.The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a.Developer and Consultant 35 b. Contractor's project manager 36 c.Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 1 e.Other City representatives 2 f.Others as appropriate 3 4. Preliminary Agenda may include: 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 4 a.Introduction of Project Personnel 5 b.General Description of Project 6 c.Status of right-of-way, utility clearances, easements or other pertinent permits 7 d.Contractor’s work plan and schedule 8 e.Contract Time 9 f.Notice to Proceed 10 g.Construction Staking 11 h.Progress Payments 12 i.Extra Work and Change Order Procedures 13 j.Field Orders 14 k.Disposal Site Letter for Waste Material 15 l.Insurance Renewals 16 m.Payroll Certification 17 n.Material Certifications and Quality Control Testing 18 o.Public Safety and Convenience 19 p.Documentation of Pre-Construction Conditions 20 q.Weekend Work Notification 21 r.Legal Holidays 22 s.Trench Safety Plans 23 t.Confined Space Entry Standards 24 u.Coordination with the City’s representative for operations of existing water 25 systems 26 v.Storm Water Pollution Prevention Plan 27 w.Coordination with other Contractors 28 x.Early Warning System 29 y.Contractor Evaluation 30 z.Special Conditions applicable to the project 31 aa. Damages Claims 32 bb. Submittal Procedures 33 cc.Substitution Procedures 34 dd.Correspondence Routing 35 ee. Record Drawings 36 ff. Temporary construction facilities 37 gg. MBE/SBE procedures 38 hh. Final Acceptance 39 ii.Final Payment 40 jj. Questions or Comments RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 01 31 19 - 3 DAP PRECONSTRUCTION MEETING 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 Revision Log DATE NAME SUMMARY OF CHANGE 13 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 01 32 33 - 1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 SECTION 01 32 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] RETREAT AT FOSSIL CREEK, PHASE 3City Project No. 104322PROJECTS 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 33 00 - 1 DAP SUBMITTALS Page 1 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 SECTION 01 33 00 1 DAP SUBMITTALS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A.Section Includes:5 1.General methods and requirements of submissions applicable to the following6 Work-related submittals:7 a.Shop Drawings8 b.Product Data (including Standard Product List submittals)9 c.Samples10 d.Mock Ups11 B.Deviations from this City of Fort Worth Standard Specification12 1.None.13 C.Related Specification Sections include, but are not necessarily limited to:14 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract15 2.Division 1 – General Requirements16 1.2 PRICE AND PAYMENT PROCEDURES 17 A.Measurement and Payment18 1.Work associated with this Item is considered subsidiary to the various items bid.19 No separate payment will be allowed for this Item.20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A.Coordination23 1.Notify the City in writing, at the time of submittal, of any deviations in the24 submittals from the requirements of the Contract Documents.25 2.Coordination of Submittal Times26 a.Prepare, prioritize and transmit each submittal sufficiently in advance of27 performing the related Work or other applicable activities, or within the time28 specified in the individual Work Sections, of the Specifications.29 b.Contractor is responsible such that the installation will not be delayed by30 processing times including, but not limited to:31 a)Disapproval and resubmittal (if required)32 b)Coordination with other submittals33 c)Testing34 d)Purchasing35 e)Fabrication36 f)Delivery37 g)Similar sequenced activities38 c.No extension of time will be authorized because of the Contractor's failure to39 transmit submittals sufficiently in advance of the Work.40 RETREAT AT FOSSIL CREEK, PHASE 3City Project No. 104322PROJECTS 01 33 00 - 2 DAP SUBMITTALS Page 2 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 d.Make submittals promptly in accordance with approved schedule, and in such 1 sequence as to cause no delay in the Work or in the work of any other 2 contractor. 3 B.Submittal Numbering4 1.When submitting shop drawings or samples, utilize a 9-character submittal cross-5 reference identification numbering system in the following manner:6 a.Use the first 6 digits of the applicable Specification Section Number.7 b.For the next 2 digits number use numbers 01-99 to sequentially number each8 initial separate item or drawing submitted under each specific Section number.9 c.Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.10 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical11 submittal number would be as follows:12 13 03 30 00-08-B 14 15 1)03 30 00 is the Specification Section for Concrete16 2)08 is the eighth initial submittal under this Specification Section17 3)B is the third submission (second resubmission) of that particular shop18 drawing19 C.Contractor Certification20 1.Review shop drawings, product data and samples, including those by21 subcontractors, prior to submission to determine and verify the following:22 a.Field measurements23 b.Field construction criteria24 c.Catalog numbers and similar data25 d.Conformance with the Contract Documents26 2.Provide each shop drawing, sample and product data submitted by the Contractor27 with a Certification Statement affixed including:28 a.The Contractor's Company name29 b.Signature of submittal reviewer30 c.Certification Statement31 1)“By this submittal, I hereby represent that I have determined and verified32 field measurements, field construction criteria, materials, dimensions,33 catalog numbers and similar data and I have checked and coordinated each34 item with other applicable approved shop drawings."35 D.Submittal Format36 1.Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches.37 2.Bind shop drawings and product data sheets together.38 3.Order39 a.Cover Sheet40 1)Description of Packet41 2)Contractor Certification42 b.List of items / Table of Contents43 c.Product Data /Shop Drawings/Samples /Calculations44 E.Submittal Content45 1.The date of submission and the dates of any previous submissions46 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 33 00 - 3 DAP SUBMITTALS Page 3 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 2.The Project title and number1 3.Contractor identification2 4.The names of:3 a.Contractor4 b.Supplier5 c.Manufacturer6 5.Identification of the product, with the Specification Section number, page and7 paragraph(s)8 6.Field dimensions, clearly identified as such9 7.Relation to adjacent or critical features of the Work or materials10 8.Applicable standards, such as ASTM or Federal Specification numbers11 9.Identification by highlighting of deviations from Contract Documents12 10.Identification by highlighting of revisions on resubmittals13 11.An 8-inch x 3-inch blank space for Contractor and City stamps14 F.Shop Drawings15 1.As specified in individual Work Sections includes, but is not necessarily limited to:16 a.Custom-prepared data such as fabrication and erection/installation (working)17 drawings18 b.Scheduled information19 c.Setting diagrams20 d.Actual shopwork manufacturing instructions21 e.Custom templates22 f.Special wiring diagrams23 g.Coordination drawings24 h.Individual system or equipment inspection and test reports including:25 1)Performance curves and certifications26 i.As applicable to the Work27 2.Details28 a.Relation of the various parts to the main members and lines of the structure29 b.Where correct fabrication of the Work depends upon field measurements30 1)Provide such measurements and note on the drawings prior to submitting31 for approval.32 G.Product Data33 1.For submittals of product data for products included on the City’s Standard Product34 List, clearly identify each item selected for use on the Project.35 2.For submittals of product data for products not included on the City’s Standard36 Product List, submittal data may include, but is not necessarily limited to:37 a.Standard prepared data for manufactured products (sometimes referred to as38 catalog data)39 1)Such as the manufacturer's product specification and installation40 instructions41 2)Availability of colors and patterns42 3)Manufacturer's printed statements of compliances and applicability43 4)Roughing-in diagrams and templates44 5)Catalog cuts45 6)Product photographs46 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 33 00 - 4 DAP SUBMITTALS Page 4 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 103149 Revised August 30, 2013 7)Standard wiring diagrams1 8)Printed performance curves and operational-range diagrams2 9)Production or quality control inspection and test reports and certifications3 10)Mill reports4 11)Product operating and maintenance instructions and recommended5 spare-parts listing and printed product warranties6 12)As applicable to the Work7 H.Samples8 1.As specified in individual Sections, include, but are not necessarily limited to:9 a.Physical examples of the Work such as:10 1)Sections of manufactured or fabricated Work11 2)Small cuts or containers of materials12 3)Complete units of repetitively used products color/texture/pattern swatches13 and range sets14 4)Specimens for coordination of visual effect15 5)Graphic symbols and units of Work to be used by the City for independent16 inspection and testing, as applicable to the Work17 I.Do not start Work requiring a shop drawing, sample or product data nor any material to18 be fabricated or installed prior to the approval or qualified approval of such item.19 1.Fabrication performed, materials purchased or on-site construction accomplished20 which does not conform to approved shop drawings and data is at the Contractor's21 risk.22 2.The City will not be liable for any expense or delay due to corrections or remedies23 required to accomplish conformity.24 3.Complete project Work, materials, fabrication, and installations in conformance25 with approved shop drawings, applicable samples, and product data.26 J.Submittal Distribution27 1.Electronic Distribution28 a.Confirm development of Project directory for electronic submittals to be29 uploaded to City’s Buzzsaw site, or another external FTP site approved by the30 City.31 b.Shop Drawings32 1)Upload submittal to designated project directory and notify appropriate33 City representatives via email of submittal posting.34 2)Hard Copies35 a)3 copies for all submittals36 b)If Contractor requires more than 1 hard copy of Shop Drawings37 returned, Contractor shall submit more than the number of copies listed38 above.39 c.Product Data40 1)Upload submittal to designated project directory and notify appropriate41 City representatives via email of submittal posting.42 2)Hard Copies43 a)3 copies for all submittals44 d.Samples45 1)Distributed to the Project Representative46 2.Hard Copy Distribution (if required in lieu of electronic distribution)47 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 33 00 - 5 DAP SUBMITTALS Page 5 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 103149 Revised August 30, 2013 a.Shop Drawings1 1)Distributed to the City2 2)Copies3 a)8 copies for mechanical submittals4 b)7 copies for all other submittals5 c)If Contractor requires more than 3 copies of Shop Drawings returned,6 Contractor shall submit more than the number of copies listed above.7 b.Product Data8 1)Distributed to the City9 2)Copies10 a)4 copies11 c.Samples12 1)Distributed to the Project Representative13 2)Copies14 a)Submit the number stated in the respective Specification Sections.15 3.Distribute reproductions of approved shop drawings and copies of approved16 product data and samples, where required, to the job site file and elsewhere as17 directed by the City.18 a.Provide number of copies as directed by the City but not exceeding the number19 previously specified.20 K.Submittal Review21 1.The review of shop drawings, data and samples will be for general conformance22 with the design concept and Contract Documents. This is not to be construed as:23 a.Permitting any departure from the Contract requirements24 b.Relieving the Contractor of responsibility for any errors, including details,25 dimensions, and materials26 c.Approving departures from details furnished by the City, except as otherwise27 provided herein28 2.The review and approval of shop drawings, samples or product data by the City29 does not relieve the Contractor from his/her responsibility with regard to the30 fulfillment of the terms of the Contract.31 a.All risks of error and omission are assumed by the Contractor, and the City will32 have no responsibility therefore.33 3.The Contractor remains responsible for details and accuracy, for coordinating the34 Work with all other associated work and trades, for selecting fabrication processes,35 for techniques of assembly and for performing Work in a safe manner.36 4.If the shop drawings, data or samples as submitted describe variations and show a37 departure from the Contract requirements which City finds to be in the interest of38 the City and to be so minor as not to involve a change in Contract Price or time for39 performance, the City may return the reviewed drawings without noting an40 exception.41 5.Submittals will be returned to the Contractor under 1 of the following codes:42 a.Code 143 1)"NO EXCEPTIONS TAKEN" is assigned when there are no notations or44 comments on the submittal.45 a)When returned under this code the Contractor may release the46 equipment and/or material for manufacture.47 b.Code 248 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 33 00 - 6 DAP SUBMITTALS Page 6 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 1)"EXCEPTIONS NOTED". This code is assigned when a confirmation of 1 the notations and comments IS NOT required by the Contractor. 2 a)The Contractor may release the equipment or material for manufacture;3 however, all notations and comments must be incorporated into the4 final product.5 c.Code 36 1)"EXCEPTIONS NOTED/RESUBMIT". This combination of codes is7 assigned when notations and comments are extensive enough to require a8 resubmittal of the package.9 a)The Contractor may release the equipment or material for manufacture;10 however, all notations and comments must be incorporated into the11 final product.12 b)This resubmittal is to address all comments, omissions and13 non-conforming items that were noted.14 c)Resubmittal is to be received by the City within 15 Calendar Days of15 the date of the City's transmittal requiring the resubmittal.16 d.Code 417 1)"NOT APPROVED" is assigned when the submittal does not meet the18 intent of the Contract Documents.19 a)The Contractor must resubmit the entire package revised to bring the20 submittal into conformance.21 b)It may be necessary to resubmit using a different manufacturer/vendor22 to meet the Contract Documents.23 6.Resubmittals24 a.Handled in the same manner as first submittals25 1)Corrections other than requested by the City26 2)Marked with revision triangle or other similar method27 a)At Contractor’s risk if not marked28 b.Submittals for each item will be reviewed no more than twice at the City’s29 expense.30 1)All subsequent reviews will be performed at times convenient to the City31 and at the Contractor's expense, based on the City's or City32 Representative’s then prevailing rates.33 2)Provide Contractor reimbursement to the City within 30 Calendar Days for34 all such fees invoiced by the City.35 c.The need for more than 1 resubmission or any other delay in obtaining City's36 review of submittals, will not entitle the Contractor to an extension of Contract37 Time.38 7.Partial Submittals39 a.City reserves the right to not review submittals deemed partial, at the City’s40 discretion.41 b.Submittals deemed by the City to be not complete will be returned to the42 Contractor, and will be considered "Not Approved" until resubmitted.43 c.The City may at its option provide a list or mark the submittal directing the44 Contractor to the areas that are incomplete.45 8.If the Contractor considers any correction indicated on the shop drawings to46 constitute a change to the Contract Documents, then written notice must be47 provided thereof to the Developer at least 7 Calendar Days prior to release for48 manufacture.49 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 33 00 - 7 DAP SUBMITTALS Page 7 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 9.When the shop drawings have been completed to the satisfaction of the City, the 1 Contractor may carry out the construction in accordance therewith and no further 2 changes therein except upon written instructions from the City. 3 10.Each submittal, appropriately coded, will be returned within 30 Calendar Days4 following receipt of submittal by the City.5 L.Mock ups6 1.Mock Up units as specified in individual Sections, include, but are not necessarily7 limited to, complete units of the standard of acceptance for that type of Work to be8 used on the Project. Remove at the completion of the Work or when directed.9 M.Qualifications10 1.If specifically required in other Sections of these Specifications, submit a P.E.11 Certification for each item required.12 N.Request for Information (RFI)13 1.Contractor Request for additional information14 a.Clarification or interpretation of the contract documents15 b.When the Contractor believes there is a conflict between Contract Documents16 c.When the Contractor believes there is a conflict between the Drawings and17 Specifications18 1)Identify the conflict and request clarification19 2.Sufficient information shall be attached to permit a written response without further20 information.21 22 23 24 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 33 00 - 8 DAP SUBMITTALS Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 103149 Revised August 30, 2013 PART 2 - PRODUCTS [NOT USED] 1 PART 3 - EXECUTION [NOT USED] 2 END OF SECTION 3 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 5 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 35 13 - 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 1 SECTION 01 35 13 2 SPECIAL PROJECT PROCEDURES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 8 a.Coordination with the Texas Department of Transportation 9 b.Work near High Voltage Lines 10 c.Confined Space Entry Program 11 d.Air Pollution Watch Days 12 e.Use of Explosives, Drop Weight, Etc. 13 f.Water Department Notification 14 g.Public Notification Prior to Beginning Construction 15 h.Coordination with United States Army Corps of Engineers 16 i.Coordination within Railroad permits areas 17 j.Dust Control 18 k.Employee Parking 19 20 21 B. Deviations from this City of Fort Worth Standard Specification 22 1.None. 23 C. Related Specification Sections include, but are not necessarily limited to: 24 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 25 2. Division 1 – General Requirements 26 3. Section 33 12 25 – Connection to Existing Water Mains 27 28 1.2 REFERENCES 29 A. Reference Standards 30 1. Reference standards cited in this Specification refer to the current reference 31 standard published at the time of the latest revision date logged at the end of this 32 Specification, unless a date is specifically cited. 33 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 34 High Voltage Overhead Lines. 35 3. North Central Texas Council of Governments (NCTCOG) – Clean Construction 36 Specification 37 1.3 ADMINISTRATIVE REQUIREMENTS 38 A. Coordination with the Texas Department of Transportation 39 1. When work in the right-of-way which is under the jurisdiction of the Texas 40 Department of Transportation (TxDOT): RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 01 35 13 - 2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 1 a.Notify the Texas Department of Transportation prior to commencing any work 2 therein in accordance with the provisions of the permit 3 b. All work performed in the TxDOT right-of-way shall be performed in 4 compliance with and subject to approval from the Texas Department of 5 Transportation 6 B. Work near High Voltage Lines 7 1. Regulatory Requirements 8 a.All Work near High Voltage Lines (more than 600 volts measured between 9 conductors or between a conductor and the ground) shall be in accordance with 10 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 11 2. Warning sign 12 a.Provide sign of sufficient size meeting all OSHA requirements. 13 3. Equipment operating within 10 feet of high voltage lines will require the following 14 safety features 15 a.Insulating cage-type of guard about the boom or arm 16 b. Insulator links on the lift hook connections for back hoes or dippers 17 c.Equipment must meet the safety requirements as set forth by OSHA and the 18 safety requirements of the owner of the high voltage lines 19 4. Work within 6 feet of high voltage electric lines 20 a.Notification shall be given to: 21 1) The power company (example: ONCOR) 22 a) Maintain an accurate log of all such calls to power company and record 23 action taken in each case. 24 b. Coordination with power company 25 1) After notification coordinate with the power company to: 26 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 27 lower the lines 28 c.No personnel may work within 6 feet of a high voltage line before the above 29 requirements have been met. 30 C. Confined Space Entry Program 31 1. Provide and follow approved Confined Space Entry Program in accordance with 32 OSHA requirements. 33 2. Confined Spaces include: 34 a.Manholes 35 b. All other confined spaces in accordance with OSHA’s Permit Required for 36 Confined Spaces 37 D. Use of Explosives, Drop Weight, Etc. 38 1. When Contract Documents permit on the project the following will apply: 39 a.Public Notification 40 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 41 prior to commencing. 42 2) Minimum 24 hour public notification in accordance with Section 01 31 13 43 E. Water Department Coordination RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 01 35 13 - 3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City’s representative. 7 a.Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c.In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition, the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 F. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis, prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a.Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor’s letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No (CPN) 30 c) Scope of Project (i.e. type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor’s foreman and phone number 33 f)Name of the City’s inspector and phone number 34 g) City’s after-hours phone number 35 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 G. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction, prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a.The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 01 35 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 1 b. Prepare flyer on the contractor’s letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor’s foreman and phone number 8 6) Name of the City’s inspector and phone number 9 c.A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e.No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f.Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 H. Coordination with United States Army Corps of Engineers (USACE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required, meet all requirements set forth in each designated 20 permit. 21 I.Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required, meet all requirements set forth in each designated 24 railroad permit. This includes, but is not limited to, provisions for: 25 a.Flagmen 26 b.Inspectors 27 c.Safety training 28 d. Additional insurance 29 e.Insurance certificates 30 f.Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad’s 35 requirements. 36 J.Dust Control 37 1. Use acceptable measures to control dust at the Site. 38 a.If water is used to control dust, capture and properly dispose of waste water. 39 b. If wet saw cutting is performed, capture and properly dispose of slurry. 40 K. Employee Parking 41 1. Provide parking for employees at locations approved by the City. RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 01 35 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 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 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. 13 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 01 35 13 - 6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 1 2 3 4 5 6 Date: 7 EXHIBIT A (To be printed on Contractor’s Letterhead) 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 01 35 13 - 7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 1 EXHIBIT B 2 3 4 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 SECTION 01 45 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. RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a)1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a)Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a)Distribute 3 hard copies to City’s Project Representative 4.Provide City’s Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a.Name of pit b. Date of delivery c.Material delivered B.Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City’s document management system. RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised JULY 1, 2011 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 01 50 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a.Temporary utilities 9 b. Sanitary facilities 10 c.Storage Sheds and Buildings 11 d. Dust control 12 e.Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1.None. 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 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a.Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c.Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2.Water 34 a.Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City’s Project Representatives. 39 c.Coordination 40 1) Contact City 1 week before water for construction is desired RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised JULY 1, 2011 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City’s 3 established rates. 4 3. Electricity and Lighting 5 a.Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4.Telephone 11 a.Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a.Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a.Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a.Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c.Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a.Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised JULY 1, 2011 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a.Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A.Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised JULY 1, 2011 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 10557 Revised July 1, 2011 SECTION 01 55 26 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A.Section Includes:5 1.Administrative procedures for:6 a.Street Use Permit7 b.Modification of approved traffic control8 c.Removal of Street Signs9 B.Deviations from this City of Fort Worth Standard Specification10 1.None.11 C.Related Specification Sections include, but are not necessarily limited to:12 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract13 2.Division 1 – General Requirements14 3.Section 34 71 13 – Traffic Control15 1.2 PRICE AND PAYMENT PROCEDURES 16 A.Measurement and Payment17 1.Work associated with this Item is considered subsidiary to the various Items bid.18 No separate payment will be allowed for this Item.19 1.3 REFERENCES 20 A.Reference Standards21 1.Reference standards cited in this specification refer to the current reference standard22 published at the time of the latest revision date logged at the end of this23 specification, unless a date is specifically cited.24 2.Texas Manual on Uniform Traffic Control Devices (TMUTCD).25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A.Traffic Control27 1.General28 a.When traffic control plans are included in the Drawings, provide Traffic29 Control in accordance with Drawings and Section 34 71 13.30 b.When traffic control plans are not included in the Drawings, prepare traffic31 control plans in accordance with Section 34 71 13 and submit to City for32 review.33 1)Allow minimum 10 working days for review of proposed Traffic Control.34 B.Street Use Permit35 1.Prior to installation of Traffic Control, a City Street Use Permit is required.36 a.To obtain Street Use Permit, submit Traffic Control Plans to City37 Transportation and Public Works Department.38 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 55 26 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 103149 Revised July 1, 2011 1)Allow a minimum of 5 working days for permit review. 1 2)Contractor’s responsibility to coordinate review of Traffic Control plans for2 Street Use Permit, such that construction is not delayed.3 C.Modification to Approved Traffic Control4 1.Prior to installation traffic control:5 a.Submit revised traffic control plans to City Department Transportation and6 Public Works Department.7 1)Revise Traffic Control plans in accordance with Section 34 71 13.8 2)Allow minimum 5 working days for review of revised Traffic Control.9 3)It is the Contractor’s responsibility to coordinate review of Traffic Control10 plans for Street Use Permit, such that construction is not delayed.11 D.Removal of Street Sign12 1.If it is determined that a street sign must be removed for construction, then contact13 City Transportation and Public Works Department, Signs and Markings Division to14 remove the sign.15 E.Temporary Signage16 1.In the case of regulatory signs, replace permanent sign with temporary sign meeting17 requirements of the latest edition of the Texas Manual on Uniform Traffic Control18 Devices (MUTCD).19 2.Install temporary sign before the removal of permanent sign.20 3.When construction is complete, to the extent that the permanent sign can be21 reinstalled, contact the City Transportation and Public Works Department, Signs22 and Markings Division, to reinstall the permanent sign.23 F.Traffic Control Standards24 1.Traffic Control Standards can be found on the City’s Buzzsaw website.25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] 34 PART 3 - EXECUTION [NOT USED] 35 END OF SECTION 36 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 55 26 - 3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 103149 Revised July 1, 2011 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 58 13 - 1 DAP TEMPORARY PROJECT SIGNAGE Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 SECTION 01 58 13 TEMPORARY PROJECT SIGNAGE PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. Temporary Project Signage Requirements B.Deviations from this City of Fort Worth Standard Specification 1. None. C.Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A.Design Criteria 1. Provide free standing Project Designation Sign in accordance with City’s Standard Details for project signs. RETREAT AT FOSSIL CREEK, PHASE 3City Project No. 104322PROJECTS 01 58 13 - 2 DAP TEMPORARY PROJECT SIGNAGE Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 B.Materials 1. Sign a.Constructed of ¾-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A.General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B.Mounting options a.Skids b. Posts c.Barricade 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 A.General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 58 13 - 3 DAP TEMPORARY PROJECT SIGNAGE Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M. Domenech Revised for DAP application RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 SECTION 01 60 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: https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A.Only products specifically included on City’s Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B.Any specific product requirements in the Contract Documents supersede similar products included on the City’s Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City’s Standard Product List. C.Although a specific product is included on City’s Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer’s standard product. D.See Section 01 33 00 for submittal requirements of Product Data included on City’s Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] RETREAT AT FOSSIL CREEK, PHASE 3City Project No. 104322 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 Revised March 20, 2020 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City’s Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City’s website. 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 103149 Revised April 7, 2014 SECTION 01 66 00 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A.Section Includes:5 1.Scheduling of product delivery6 2.Packaging of products for delivery7 3.Protection of products against damage from:8 a.Handling9 b.Exposure to elements or harsh environments10 B.Deviations from this City of Fort Worth Standard Specification11 1.None.12 C.Related Specification Sections include, but are not necessarily limited to:13 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract14 2.Division 1 – General Requirements15 1.2 PRICE AND PAYMENT PROCEDURES 16 A.Measurement and Payment17 1.Work associated with this Item is considered subsidiary to the various Items bid.18 No separate payment will be allowed for this Item.19 1.3 REFERENCES [NOT USED] 20 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 21 1.5 SUBMITTALS [NOT USED] 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY AND HANDLING 27 A.Delivery Requirements28 1.Schedule delivery of products or equipment as required to allow timely installation29 and to avoid prolonged storage.30 2.Provide appropriate personnel and equipment to receive deliveries.31 3.Delivery trucks will not be permitted to wait extended periods of time on the Site32 for personnel or equipment to receive the delivery.33 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 103149 Revised April 7, 2014 4.Deliver products or equipment in manufacturer's original unbroken cartons or other 1 containers designed and constructed to protect the contents from physical or 2 environmental damage. 3 5.Clearly and fully mark and identify as to manufacturer, item and installation4 location.5 6.Provide manufacturer's instructions for storage and handling.6 B.Handling Requirements7 1.Handle products or equipment in accordance with these Contract Documents and8 manufacturer’s recommendations and instructions.9 C.Storage Requirements10 1.Store materials in accordance with manufacturer’s recommendations and11 requirements of these Specifications.12 2.Make necessary provisions for safe storage of materials and equipment.13 a.Place loose soil materials and materials to be incorporated into Work to prevent14 damage to any part of Work or existing facilities and to maintain free access at15 all times to all parts of Work and to utility service company installations in16 vicinity of Work.17 3.Keep materials and equipment neatly and compactly stored in locations that will18 cause minimum inconvenience to other contractors, public travel, adjoining owners,19 tenants and occupants.20 a.Arrange storage to provide easy access for inspection.21 4.Restrict storage to areas available on construction site for storage of material and22 equipment as shown on Drawings, or approved by City’s Project Representative.23 5.Provide off-site storage and protection when on-site storage is not adequate.24 a.Provide addresses of and access to off-site storage locations for inspection by25 City’s Project Representative.26 6.Do not use lawns, grass plots or other private property for storage purposes without27 written permission of owner or other person in possession or control of premises.28 7.Store in manufacturers’ unopened containers.29 8.Neatly, safely and compactly stack materials delivered and stored along line of30 Work to avoid inconvenience and damage to property owners and general public31 and maintain at least 3 feet from fire hydrant.32 9.Keep public and private driveways and street crossings open.33 10.Repair or replace damaged lawns, sidewalks, streets or other improvements to34 satisfaction of City’s Project Representative.35 a.Total length which materials may be distributed along route of construction at36 one time is 1,000 linear feet, unless otherwise approved in writing by City’s37 Project Representative.38 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 66 00 - 3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 103149 Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 ERECTION [NOT USED] 8 3.5 REPAIR / RESTORATION [NOT USED] 9 3.6 RE-INSTALLATION [NOT USED] 10 3.7 FIELD [OR] SITE QUALITY CONTROL 11 A.Tests and Inspections12 1.Inspect all products or equipment delivered to the site prior to unloading.13 B.Non-Conforming Work14 1.Reject all products or equipment that are damaged, used or in any other way15 unsatisfactory for use on the project.16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION 21 A.Protect all products or equipment in accordance with manufacturer's written directions.22 B.Store products or equipment in location to avoid physical damage to items while in23 storage.24 C.Protect equipment from exposure to elements and keep thoroughly dry if required by25 the manufacturer.26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION 29 30 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 103149 Revised April 7, 2014 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 1 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 SECTION 01 70 00 MOBILIZATION AND REMOBILIZATION PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. Mobilization and Demobilization a.Mobilization 1) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site 2)Establishment of necessary general facilities for the Contractor’s operation at the Site 3) Premiums paid for performance and payment bonds 4)Transportation of Contractor’s personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor’s operation from 1 location to another location on the Site. b. Demobilization 1)Transportation of Contractor’s personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c.Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a.Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a)Transportation of Contractor’s personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a)Transportation of Contractor’s personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor’s operation at the Site necessary to resume the Work. 3) No Payments will be made for: a)Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c)Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a.Mobilization and Demobilization RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a)Transportation of Contractor’s personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor’s operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a)Transportation of Contractor’s personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c)Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a.A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B.Deviations from this City of Fort Worth Standard Specification 1. None. C.Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2.Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Mobilization and Demobilization a.Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a.Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Specified Remobilization” in accordance with Contract Documents. c.The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 3. Remobilization for suspension of Work as required by City a.Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a.Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Work Order Mobilization” in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c.The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a.Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Work Order Emergency Mobilization” in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c.The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 71 23 - 1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 Revised February 14, 2018 SECTION 01 71 23 1 CONSTRUCTION STAKING AND SURVEY 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes:5 1. Requirements for construction staking and construction survey6 B. Deviations from this City of Fort Worth Standard Specification7 1. See Changes (Highlighted in Yellow).8 C. Related Specification Sections include, but are not necessarily limited to:9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract10 2. Division 1 – General Requirements11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment13 1. Construction Staking14 a. Measurement15 1) This Item is considered subsidiary to the various Items bid.16 b. Payment17 1) The work performed and the materials furnished in accordance with this18 Item are subsidiary to the various Items bid and no other compensation will19 be allowed.20 2. Construction Survey21 a. Measurement22 1) This Item is considered subsidiary to the various Items bid.23 b. Payment24 1) The work performed and the materials furnished in accordance with this25 Item are subsidiary to the various Items bid and no other compensation will be26 allowed.27 3. As-Built Survey28 a. Measurement29 1) This Item is considered subsidiary to the various Items bid.30 b. Payment31 1) The work performed and the materials furnished in accordance with this32 Item are subsidiary to the various Items bid and no other compensation will be33 allowed.34 35 36 37 38 39 40 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 Revised February 14, 2018 1.3 REFERENCES 1 A. Definitions2 1. Construction Survey - The survey measurements made prior to or while3 construction is in progress to control elevation, horizontal position, dimensions and4 configuration of structures/improvements included in the Project Drawings.5 2. As-built Survey –The measurements made after the construction of the6 improvement features are complete to provide position coordinates for the features7 of a project.8 3. Construction Staking – The placement of stakes and markings to provide offsets9 and elevations to cut and fill in order to locate on the ground the designed10 structures/improvements included in the Project Drawings. Construction staking11 shall include staking easements and/or right of way if indicated on the plans.12 4. Survey “Field Checks” – Measurements made after construction staking is13 completed and before construction work begins to ensure that structures marked on14 the ground are accurately located per Project Drawings.15 B. Technical References16 1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw17 website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards18 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available19 on City’s Buzzsaw website).20 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision21 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land22 Surveying in the State of Texas, Category 523 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. The Contractor’s selection of a surveyor must comply with Texas Government26 Code 2254 (qualifications based selection) for this project.27 1.5 SUBMITTALS 28 A. Submittals, if required, shall be in accordance with Section 01 33 00.29 B. All submittals shall be received and reviewed by the City prior to delivery of work.30 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 31 A. Field Quality Control Submittals32 1. Documentation verifying accuracy of field engineering work, including coordinate33 conversions if plans do not indicate grid or ground coordinates.34 2. Submit “Cut-Sheets” conforming to the standard template provided by the City35 (refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards).36 37 1.7 CLOSEOUT SUBMITTALS 38 B. As-built Redline Drawing Submittal39 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 Revised February 14, 2018 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 1 constructed improvements signed and sealed by Registered Professional Land 2 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A 3 – Survey Staking Standards) .4 2. Contractor shall submit the proposed as-built and completed redline drawing5 submittal one (1) week prior to scheduling the project final inspection for City6 review and comment. Revisions, if necessary, shall be made to the as-built redline7 drawings and resubmitted to the City prior to scheduling the construction final8 inspection.9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. Construction Staking12 1. Construction staking will be performed by the Contractor.13 2. Coordination14 a. Contact City and Developer’s Project Representative at least one week in15 advance notifying the City of when Construction Staking is scheduled.16 b. It is the Contractor’s responsibility to coordinate staking such that17 construction activities are not delayed or negatively impacted.18 3. General19 a. Contractor is responsible for preserving and maintaining stakes. If City20 surveyors or Developer’s Project Representative are required to re-stake for21 any reason, the Contractor will be responsible for costs to perform staking. If22 in the opinion of the City, a sufficient number of stakes or markings have been23 lost, destroyed disturbed or omitted that the contracted Work cannot take place24 then the Contractor will be required to stake or re-stake the deficient areas.25 B. Construction Survey26 1. Construction Survey will be performed by the Contractor.27 2. Coordination28 a. Contractor to verify that horizontal and vertical control data established in the29 design survey and required for construction survey is available and in place.30 3. General31 a. Construction survey will be performed in order to construct the work shown32 on the Construction Drawings and specified in the Contract Documents.33 b. For construction methods other than open cut, the Contractor shall perform34 construction survey and verify control data including, but not limited to, the35 following:36 1) Verification that established benchmarks and control are accurate.37 2) Use of Benchmarks to furnish and maintain all reference lines and grades38 for tunneling.39 3) Use of line and grades to establish the location of the pipe.40 4) Submit to the City copies of field notes used to establish all lines and41 grades, if requested, and allow the City to check guidance system setup prior42 to beginning each tunneling drive.43 5) Provide access for the City, if requested, to verify the guidance system and44 the line and grade of the carrier pipe.45 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 Revised February 14, 2018 6) The Contractor remains fully responsible for the accuracy of the work and 1 correction of it, as required.2 7) Monitor line and grade continuously during construction.3 8) Record deviation with respect to design line and grade once at each pipe4 joint and submit daily records to the City.5 9) If the installation does not meet the specified tolerances (as outlined in6 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct7 the installation in accordance with the Contract Documents.8 C. As-Built Survey9 1. Required As-Built Survey will be performed by the Contractor.10 2. Coordination11 a. Contractor is to coordinate with City to confirm which features require as-12 built surveying.13 b. It is the Contractor’s responsibility to coordinate the as-built survey and14 required measurements for items that are to be buried such that construction15 activities are not delayed or negatively impacted.16 c. For sewer mains and water mains 12” and under in diameter, it is acceptable17 to physically measure depth and mark the location during the progress of18 construction and take as-built survey after the facility has been buried. The19 Contractor is responsible for the quality control needed to ensure accuracy.20 3. General21 a. The Contractor shall provide as-built survey including the elevation and22 location (and provide written documentation to the City) of construction23 features during the progress of the construction including the following:24 1) Water Lines25 a) Top of pipe elevations and coordinates for waterlines at the following26 locations:27 (1) Minimum every 250 linear feet, including28 (2) Horizontal and vertical points of inflection, curvature,29 etc.30 (3) Fire line tee31 (4) Plugs, stub-outs, dead-end lines32 (5) Casing pipe (each end) and all buried fittings33 2) Sanitary Sewer34 a) Top of pipe elevations and coordinates for force mains and siphon35 sanitary sewer lines (non-gravity facilities) at the following locations:36 (1) Minimum every 250 linear feet and any buried fittings37 (2) Horizontal and vertical points of inflection, curvature,38 etc.39 3) Stormwater – Not Applicable40 b. The Contractor shall provide as-built survey including the elevation and41 location (and provide written documentation to the City) of construction42 features after the construction is completed including the following:43 1) Manholes44 a) Rim and flowline elevations and coordinates for each manhole45 2) Water Lines46 a) Cathodic protection test stations47 b) Sampling stations48 c) Meter boxes/vaults (All sizes)49 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 Revised February 14, 2018 d) Fire hydrants1 e) Valves (gate, butterfly, etc.)2 f) Air Release valves (Manhole rim and vent pipe)3 g) Blow off valves (Manhole rim and valve lid)4 h) Pressure plane valves5 i) Underground Vaults6 (1) Rim and flowline elevations and coordinates for each7 Underground Vault.8 3) Sanitary Sewer9 a) Cleanouts10 (1) Rim and flowline elevations and coordinates for each11 b) Manholes and Junction Structures12 (1) Rim and flowline elevations and coordinates for each13 manhole and junction structure.14 4) Stormwater – Not Applicable15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY 18 PART 2 - PRODUCTS 19 A. A construction survey will produce, but will not be limited to:20 1. Recovery of relevant control points, points of curvature and points of intersection.21 2. Establish temporary horizontal and vertical control elevations (benchmarks)22 sufficiently permanent and located in a manner to be used throughout construction.23 3. The location of planned facilities, easements and improvements.24 a. Establishing final line and grade stakes for piers, floors, grade beams, parking25 areas, utilities, streets, highways, tunnels, and other construction.26 b. A record of revisions or corrections noted in an orderly manner for reference.27 c. A drawing, when required by the client, indicating the horizontal and vertical28 location of facilities, easements and improvements, as built.29 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all30 construction staking projects. These cut sheets shall be on the standard city template31 which can be obtained from the Survey Superintendent (817-392-7925).32 5. Digital survey files in the following formats shall be acceptable:33 a. AutoCAD (.dwg)34 b. ESRI Shapefile (.shp)35 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use36 standard templates, if available)37 6. Survey files shall include vertical and horizontal data tied to original project38 control and benchmarks, and shall include feature descriptions39 PART 3 - EXECUTION 40 3.1 INSTALLERS 41 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 Revised February 14, 2018 A. Tolerances:1 1. The staked location of any improvement or facility should be as accurate as2 practical and necessary. The degree of precision required is dependent on many3 factors all of which must remain judgmental. The tolerances listed hereafter are4 based on generalities and, under certain circumstances, shall yield to specific5 requirements. The surveyor shall assess any situation by review of the overall plans6 and through consultation with responsible parties as to the need for specific7 tolerances.8 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical9 tolerance. Horizontal alignment for earthwork and rough cut should not exceed10 1.0 ft. tolerance.11 b. Horizontal alignment on a structure shall be within .0.1ft tolerance.12 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and13 walkways shall be located within the confines of the site boundaries and,14 occasionally, along a boundary or any other restrictive line. Away from any15 restrictive line, these facilities should be staked with an accuracy producing no16 more than 0.05ft. tolerance from their specified locations.17 d. Underground and overhead utilities, such as sewers, gas, water, telephone and18 electric lines, shall be located horizontally within their prescribed areas or19 easements. Within assigned areas, these utilities should be staked with an20 accuracy producing no more than 0.1 ft tolerance from a specified location.21 e. The accuracy required for the vertical location of utilities varies widely. Many22 underground utilities require only a minimum cover and a tolerance of 0.1 ft.23 should be maintained. Underground and overhead utilities on planned profile,24 but not depending on gravity flow for performance, should not exceed 0.1 ft.25 tolerance.26 B. Surveying instruments shall be kept in close adjustment according to manufacturer’s27 specifications or in compliance to standards. The City reserves the right to request a28 calibration report at any time and recommends regular maintenance schedule be29 performed by a certified technician every 6 months.30 1. Field measurements of angles and distances shall be done in such fashion as to31 satisfy the closures and tolerances expressed in Part 3.1.A.32 2. Vertical locations shall be established from a pre-established benchmark and33 checked by closing to a different bench mark on the same datum.34 3. Construction survey field work shall correspond to the client’s plans. Irregularities35 or conflicts found shall be reported promptly to the City.36 4. Revisions, corrections and other pertinent data shall be logged for future reference.37 38 3.2 EXAMINATION [NOT USED] 39 3.3 PREPARATION [NOT USED] 40 3.4 APPLICATION 41 3.5 REPAIR / RESTORATION 42 A. If the Contractor’s work damages or destroys one or more of the control43 monuments/points set by the City or Developer’s Project Representative, the monuments44 shall be adequately referenced for expedient restoration.45 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 Revised February 14, 2018 1. Notify City or Developer’s Project Representative if any control data needs to be 1 restored or replaced due to damage caused during construction operations. 2 a. Contractor shall perform replacements and/or restorations.3 b. The City or Developer’s Project Representative may require at any time a4 survey “Field Check” of any monument or benchmarks that are set be verified5 by the City surveyors or Developer’s Project Representative before further6 associated work can move forward.7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 FIELD [OR] SITE QUALITY CONTROL 9 A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the10 City or Developer’s Project Representative in accordance with this Specification. This11 includes easements and right of way, if noted on the plans.12 B. Do not change or relocate stakes or control data without approval from the City.13 3.8 SYSTEM STARTUP 14 A. Survey Checks15 1. The City reserves the right to perform a Survey Check at any time deemed16 necessary.17 2. Checks by City personnel or 3 rd party contracted surveyor are not intended to18 relieve the contractor of his/her responsibility for accuracy.19 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SECTION 27 28 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 8/31/2017 M. Owen Added instruction and modified measurement & payment under 1.2; added 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. 2/14/2018 M Owen Removed “blue text”; revised measurement and payment sections for Construction Staking and As-Built Survey; added reference to selection compliance with TGC 2254; revised action and Closeout submittal requirements; added acceptable depth 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 Revised February 14, 2018 measurement criteria; revised list of items requiring as-built survey “during” and “after” construction; and revised acceptable digital survey file format 1 01 74 23 - 1 DAP CLEANING Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 SECTION 01 74 23 1 CLEANING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A.Section Includes:5 1.Intermediate and final cleaning for Work not including special cleaning of closed6 systems specified elsewhere7 B.Deviations from this City of Fort Worth Standard Specification8 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 Contract11 2.Division 1 – General Requirements12 3.Section 32 92 13 – Hydro-Mulching, Seeding and Sodding13 1.2 PRICE AND PAYMENT PROCEDURES 14 A.Measurement and Payment15 1.Work associated with this Item is considered subsidiary to the various Items bid.16 No separate payment will be allowed for this Item.17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A.Scheduling20 1.Schedule cleaning operations so that dust and other contaminants disturbed by21 cleaning process will not fall on newly painted surfaces.22 2.Schedule final cleaning upon completion of Work and immediately prior to final23 inspection.24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 STORAGE, AND HANDLING 30 A.Storage and Handling Requirements31 1.Store cleaning products and cleaning wastes in containers specifically designed for32 those materials.33 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 74 23 - 2 DAP CLEANING Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 4 2.2 MATERIALS 5 A.Cleaning Agents6 1.Compatible with surface being cleaned7 2.New and uncontaminated8 3.For manufactured surfaces9 a.Material recommended by manufacturer10 2.3 ACCESSORIES [NOT USED] 11 2.4 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 APPLICATION [NOT USED] 17 3.5 REPAIR / RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING 23 A.General24 1.Prevent accumulation of wastes that create hazardous conditions.25 2.Conduct cleaning and disposal operations to comply with laws and safety orders of26 governing authorities.27 3.Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in28 storm or sanitary drains or sewers.29 4.Dispose of degradable debris at an approved solid waste disposal site.30 5.Dispose of nondegradable debris at an approved solid waste disposal site or in an31 alternate manner approved by City and regulatory agencies.32 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 74 23 - 3 DAP CLEANING Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 6.Handle materials in a controlled manner with as few handlings as possible. 1 7.Thoroughly clean, sweep, wash and polish all Work and equipment associated with2 this project.3 8.Remove all signs of temporary construction and activities incidental to construction4 of required permanent Work.5 9.If project is not cleaned to the satisfaction of the City, the City reserves the right to6 have the cleaning completed at the expense of the Contractor.7 10.Do not burn on-site.8 B.Intermediate Cleaning during Construction9 1.Keep Work areas clean so as not to hinder health, safety or convenience of10 personnel in existing facility operations.11 2.At maximum weekly intervals, dispose of waste materials, debris and rubbish.12 3.Confine construction debris daily in strategically located container(s):13 a.Cover to prevent blowing by wind14 b.Store debris away from construction or operational activities15 c.Haul from site at a minimum of once per week16 4.Vacuum clean interior areas when ready to receive finish painting.17 a.Continue vacuum cleaning on an as-needed basis, until Final Acceptance.18 5.Prior to storm events, thoroughly clean site of all loose or unsecured items, which19 may become airborne or transported by flowing water during the storm.20 C.Exterior (Site or Right of Way) Final Cleaning21 1.Remove trash and debris containers from site.22 a.Re-seed areas disturbed by location of trash and debris containers in accordance23 with Section 32 92 13.24 2.Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object25 that may hinder or disrupt the flow of traffic along the roadway.26 3.Clean any interior areas including, but not limited to, vaults, manholes, structures,27 junction boxes and inlets.28 4.If no longer required for maintenance of erosion facilities, and upon approval by29 City, remove erosion control from site.30 5.Clean signs, lights, signals, etc.31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHMENTS [NOT USED] 35 36 37 38 39 40 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 74 23 - 4 DAP CLEANING Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 END OF SECTION 1 2 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 3 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 77 19 - 1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 SECTION 01 77 19 1 CLOSEOUT REQUIREMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A.Section Includes:5 1.The procedure for closing out a contract6 B.Deviations from this City of Fort Worth Standard Specification7 1.None.8 C.Related Specification Sections include, but are not necessarily limited to:9 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract10 2.Division 1 – General Requirements11 1.2 PRICE AND PAYMENT PROCEDURES 12 A.Measurement and Payment13 1.Work associated with this Item is considered subsidiary to the various Items bid.14 No separate payment will be allowed for this Item.15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS 17 A.Guarantees, Bonds and Affidavits18 1.No application for final payment will be accepted until all guarantees, bonds,19 certificates, licenses and affidavits required for Work or equipment as specified are20 satisfactorily filed with the City.21 B.Release of Liens or Claims22 1.No application for final payment will be accepted until satisfactory evidence of23 release of liens has been submitted to the City.24 1.5 SUBMITTALS 25 A.Submit all required documentation to City’s Project Representative.26 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 77 19 - 2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 CLOSEOUT PROCEDURE 8 A.Prior to requesting Final Inspection, submit:9 1.Project Record Documents in accordance with Section 01 78 3910 2.Operation and Maintenance Data, if required, in accordance with Section 01 78 2311 B.Prior to requesting Final Inspection, perform final cleaning in accordance with Section12 01 74 23.13 C.Final Inspection14 1.After final cleaning, provide notice to the City Project Representative that the Work15 is completed.16 a.The City will make an initial Final Inspection with the Contractor present.17 b.Upon completion of this inspection, the City will notify the Contractor, in18 writing within 10 business days, of any particulars in which this inspection19 reveals that the Work is defective or incomplete.20 2.Upon receiving written notice from the City, immediately undertake the Work21 required to remedy deficiencies and complete the Work to the satisfaction of the22 City.23 3.Upon completion of Work associated with the items listed in the City's written24 notice, inform the City, that the required Work has been completed. Upon receipt25 of this notice, the City, in the presence of the Contractor, will make a subsequent26 Final Inspection of the project.27 4.Provide all special accessories required to place each item of equipment in full28 operation. These special accessory items include, but are not limited to:29 a.Specified spare parts30 b.Adequate oil and grease as required for the first lubrication of the equipment31 c.Initial fill up of all chemical tanks and fuel tanks32 d.Light bulbs33 e.Fuses34 f.Vault keys35 g.Handwheels36 h.Other expendable items as required for initial start-up and operation of all37 equipment38 D.Notice of Project Completion39 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 77 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 1.Once the City Project Representative finds the Work subsequent to Final Inspection 1 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 2 E.Supporting Documentation3 1.Coordinate with the City Project Representative to complete the following4 additional forms:5 a.Final Payment Request6 b.Statement of Contract Time7 c.Affidavit of Payment and Release of Liens8 d.Consent of Surety to Final Payment9 e.Pipe Report (if required)10 f.Contractor’s Evaluation of City11 g.Performance Evaluation of Contractor12 F.Letter of Final Acceptance13 1.Upon review and acceptance of Notice of Project Completion and Supporting14 Documentation, in accordance with General Conditions, City will issue Letter of15 Final Acceptance and release the Final Payment Request for payment.16 3.5 REPAIR / RESTORATION [NOT USED] 17 3.6 RE-INSTALLATION [NOT USED] 18 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 19 3.8 SYSTEM STARTUP [NOT USED] 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SECTION 27 28 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 29 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 01 78 23 2 OPERATION AND MAINTENANCE DATA 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a.Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c.Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1.None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 – General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2.Format 33 a.Size: 8 ½ inches x 11 inches 34 b.Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c.Text: Manufacturer’s printed data, or neatly typewritten RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 1 d.Drawings 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e.Provide fly-leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f.Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2)List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3.Binders 17 a.Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a.Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c.List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a.Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3.Drawings 40 a.Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c.Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a.Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty, bond and service contract issued 2 a.Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a.Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2)Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a.Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a.Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut-down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c.Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e.Manufacturer's printed operating and maintenance instructions 43 f.Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i.Charts of valve tag numbers, with location and function of each valve 2 j.List of original manufacturer's spare parts, manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a.Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2)Controls 13 3)Communications 14 c.As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3)Special operating instructions 19 e.Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 f.Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts, manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 – title of section removed 4/7/2014 M.Domenech Revised for DAP Application 8 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 SECTION 01 78 39 1 PROJECT RECORD DOCUMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A.Section Includes:5 1.Work associated with the documenting the project and recording changes to project6 documents, including:7 a.Record Drawings8 b.Water Meter Service Reports9 c.Sanitary Sewer Service Reports10 d.Large Water Meter Reports11 B.Deviations from this City of Fort Worth Standard Specification12 1.None.13 C.Related Specification Sections include, but are not necessarily limited to:14 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract15 2.Division 1 – General Requirements16 1.2 PRICE AND PAYMENT PROCEDURES 17 A.Measurement and Payment18 1.Work associated with this Item is considered subsidiary to the various Items bid.19 No separate payment will be allowed for this Item.20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS 23 A.Prior to submitting a request for Final Inspection, deliver Project Record Documents to24 City’s Project Representative.25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE 29 A.Accuracy of Records30 1.Thoroughly coordinate changes within the Record Documents, making adequate31 and proper entries on each page of Specifications and each sheet of Drawings and32 other Documents where such entry is required to show the change properly.33 2.Accuracy of records shall be such that future search for items shown in the Contract34 Documents may rely reasonably on information obtained from the approved Project35 Record Documents.36 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 3.To facilitate accuracy of records, make entries within 24 hours after receipt of 1 information that the change has occurred.2 4.Provide factual information regarding all aspects of the Work, both concealed and3 visible, to enable future modification of the Work to proceed without lengthy and4 expensive site measurement, investigation and examination.5 1.10 STORAGE AND HANDLING 6 A.Storage and Handling Requirements7 1.Maintain the job set of Record Documents completely protected from deterioration8 and from loss and damage until completion of the Work and transfer of all recorded9 data to the final Project Record Documents.10 2.In the event of loss of recorded data, use means necessary to again secure the data11 to the City's approval.12 a.In such case, provide replacements to the standards originally required by the13 Contract Documents.14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS 17 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 18 2.2 RECORD DOCUMENTS 19 A.Job set20 1.Promptly following receipt of the Notice to Proceed, secure from the City, at no21 charge to the Contractor, 1 complete set of all Documents comprising the Contract.22 B.Final Record Documents23 1.At a time nearing the completion of the Work and prior to Final Inspection, provide24 the City 1 complete set of all Final Record Drawings in the Contract.25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION [NOT USED] 30 3.3 PREPARATION [NOT USED] 31 3.4 MAINTENANCE DOCUMENTS 32 A.Maintenance of Job Set33 1.Immediately upon receipt of the job set, identify each of the Documents with the34 title, "RECORD DOCUMENTS - JOB SET".35 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 103422PROJECTS 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 2.Preservation1 a.Considering the Contract completion time, the probable number of occasions2 upon which the job set must be taken out for new entries and for examination,3 and the conditions under which these activities will be performed, devise a4 suitable method for protecting the job set.5 b.Do not use the job set for any purpose except entry of new data and for review6 by the City, until start of transfer of data to final Project Record Documents.7 c.Maintain the job set at the site of work.8 3.Coordination with Construction Survey9 a.At a minimum clearly mark any deviations from Contract Documents10 associated with installation of the infrastructure.11 4.Making entries on Drawings12 a.Record any deviations from Contract Documents.13 b.Use an erasable colored pencil (not ink or indelible pencil), clearly describe the14 change by graphic line and note as required.15 c.Date all entries.16 d.Call attention to the entry by a "cloud" drawn around the area or areas affected.17 e.In the event of overlapping changes, use different colors for the overlapping18 changes.19 5.Conversion of schematic layouts20 a.In some cases on the Drawings, arrangements of conduits, circuits, piping,21 ducts, and similar items, are shown schematically and are not intended to22 portray precise physical layout.23 1)Final physical arrangement is determined by the Contractor, subject to the24 City's approval.25 2)However, design of future modifications of the facility may require26 accurate information as to the final physical layout of items which are27 shown only schematically on the Drawings.28 b.Show on the job set of Record Drawings, by dimension accurate to within 129 inch, the centerline of each run of items.30 1)Final physical arrangement is determined by the Contractor, subject to the31 City's approval.32 2)Show, by symbol or note, the vertical location of the Item ("under slab", "in33 ceiling plenum", "exposed", and the like).34 3)Make all identification sufficiently descriptive that it may be related35 reliably to the Specifications.36 c.The City may waive the requirements for conversion of schematic layouts37 where, in the City's judgment, conversion serves no useful purpose. However,38 do not rely upon waivers being issued except as specifically issued in writing39 by the City.40 B.Final Project Record Documents41 1.Transfer of data to Drawings42 a.Carefully transfer change data shown on the job set of Record Drawings to the43 corresponding final documents, coordinating the changes as required.44 b.Clearly indicate at each affected detail and other Drawing a full description of45 changes made during construction, and the actual location of items.46 c.Call attention to each entry by drawing a "cloud" around the area or areas47 affected.48 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 d.Make changes neatly, consistently and with the proper media to assure 1 longevity and clear reproduction.2 2.Transfer of data to other Documents3 a.If the Documents, other than Drawings, have been kept clean during progress of4 the Work, and if entries thereon have been orderly to the approval of the City,5 the job set of those Documents, other than Drawings, will be accepted as final6 Record Documents.7 b.If any such Document is not so approved by the City, secure a new copy of that8 Document from the City at the City's usual charge for reproduction and9 handling, and carefully transfer the change data to the new copy to the approval10 of the City.11 3.5 REPAIR / RESTORATION [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 END OF SECTION 22 23 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application 24 RETREAT AT FOSSIL CREEK, PHASE 3 City Project No. 104322PROJECTS CITY OF FORT WORTH RETREAT AT FOSSIL CREEK PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104322 Revised July 1, 2011 APPENDIX GC-4.02 Subsurface and Physical Conditions GR-01 60 00 Product Requirements CITY OF FORT WORTH RETREAT AT FOSSIL CREEK PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104322 Revised July 1, 2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK GEOTECHNICAL EXPLORATION THE RETREAT AT FOSSIL CREEK PHASE 3 Off Wagley Robertson Road Fort Worth, Texas ALPHA Report No. W202761-E August 17, 2022 Prepared for: ACADEMY DEVELOPMENT 10410 Windermere Lakes Boulevard Houston, Texas 77065 Attention: Mr. Kyle Kirkland Prepared By: Dallas • Fort Worth • Houston • San Antonio Geotechnical Construction Materials Environmental TBPELS Firm No. 813 5058 Brush Creek Road Fort Worth, Texas 76119 Tel: 817.496.5600 Fax: 817.496.5608 www.alphatesting.com August 17, 2022 Academy Development 10410 Windermere Lakes Boulevard Houston, Texas 77065 Attention: Mr. Kyle Kirkland Re: Geotechnical Exploration The Retreat at Fossil Creek Phase 3 Off Wagley Robertson Road Fort Worth, Texas ALPHA Report No. W202761-E Attached is the report of the geotechnical exploration performed for the project referenced above. This study was authorized by Mr. Kyle Kirkland on October 8, 2020 and performed in accordance with ALPHA Proposal No. 80099 dated October 7, 2020. This report contains results of field explorations and laboratory testing and an engineering interpretation of these with respect to available project characteristics. The results and analyses were used to develop recommendations to aid in design and construction of residential foundations. Recommendations for Phases 1 and 2, and public streets, are provided in separate reports. ALPHA TESTING, LLC appreciates the opportunity to be of service on this project. If we can be of further assistance, such as providing materials testing services during construction, please contact our office. Sincerely, ALPHA TESTING, LLC August 17, 2022 Karina Cohuo Brian J. Hoyt, P.E. Geotechnical Project Manager Regional Manager BJH/kc Copies: (1-PDF) Client TABLE OF CONTENTS ALPHA REPORT NO. W202761-E 1.0 PURPOSE AND SCOPE .................................................................................................... 1 2.0 PROJECT CHARACTERISTICS ...................................................................................... 1 3.0 FIELD EXPLORATION .................................................................................................... 2 4.0 LABORATORY TESTS .................................................................................................... 2 5.0 GENERAL SUBSURFACE CONDITIONS ...................................................................... 2 6.0 DESIGN RECOMMENDATIONS .................................................................................... 3 6.1 Slab-on-Grade Foundations .................................................................................... 3 6.1.1 Subgrade Improvement Using Moisture Conditioning (Zones III, IV and V)................................................................................... 5 6.1.1 Alternative Subgrade Improvement Using Low Plasticity Index (PI) Soil ....................................................................................................... 6 6.2 Post-Tensioning Institute, Design of Post-Tensioned Slab-on-Grade .................... 6 6.3 Drainage and Other Considerations ........................................................................ 6 7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES ............................. 7 7.1 Site Preparation and Grading .................................................................................. 8 7.2 Foundation Excavations .......................................................................................... 9 7.3 Fill Compaction ...................................................................................................... 9 7.4 Utilities .................................................................................................................. 10 7.5 Groundwater ......................................................................................................... 10 8.0 LIMITATIONS ................................................................................................................. 11 APPENDIX A-1 Methods of Field Exploration Boring Location Plan – Figure 1 B-1 Methods of Laboratory Testing Logs of Borings Key to Soil Symbols and Classifications ALPHA Report No. W202761-E 1 1.0 PURPOSE AND SCOPE The purpose of this geotechnical exploration is for ALPHA TESTING, LLC (ALPHA) to evaluate for Academy Development (Client) some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of geotechnical design parameters for the subject construction. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed across the project site. Engineering analyses were performed from results of the field exploration and laboratory tests performed on representative samples. Information from a preliminary study performed on the site (ALPHA Report No W191762 dated August 14, 2019) was incorporated into our analysis. Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. Recommendations provided in this report were developed from information obtained in test borings depicting subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations, and subsurface conditions at boring locations may vary at different times of the year. The scope of work may not fully define the variability of subsurface materials and conditions that are present on the site. The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on-site observations and possibly other tests. 2.0 PROJECT CHARACTERISTICS It is proposed to develop Phase 3 of a residential subdivision (Retreat at Fossil Creek Phase 3) from a 78.792-acre tract of land generally located west of Wagley Robertson Road and about ¼ mile north of Coneflower Trail in Fort Worth, Texas. A site plan illustrating the subject site is provided as Figure 1, the Boring Location Plan, in the Appendix. At the time of the field exploration, the site generally consisted of a grassy tract of land with dense tree coverage in the northern portion of the site. Review of historical images available from Google Earth® indicates some possible clearing/earthwork activities previously occurred on the site. No information regarding previous development on the site was provided to us. Preliminary grading plans prepared by LJA Engineering, Inc. (Project No. NT010-0084 Sheets 34 through 39, dated August 2022) indicate the site generally slopes down to the southeast about 35 ft (Appx. Elev. 780 ft to 745 ft). These grading plans also indicate cuts of up to 6 ft and fills of up to 9 ft will be required to achieve final grade in the building pad areas. Present plans provide for the construction of new residential buildings. The new structures are expected to create light loads to be carried by the foundations. It is also anticipated the new structures will be supported using post-tensioned slab-on-grade foundations designed for potential seasonal movements of 4½ inches or less. No below grade slabs are planned. ALPHA Report No. W202761-E 2 3.0 FIELD EXPLORATION Subsurface conditions on the site were explored by drilling a total of 43 test borings to depths of about 10 ft to 20 ft. These borings are out of 141 total borings drilled for Phase 1, 2 and 3. The approximate location of each test boring is shown on the Boring Location Plan, Figure 1, enclosed in the Appendix. Details of drilling and sampling operations are briefly summarized in Methods of Field Exploration, Section A-1 of the Appendix. Subsurface types encountered during the field exploration are presented on the Log of Boring sheets (boring logs) included in the Appendix. The boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, the boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. 4.0 LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis in providing recommendations for residential foundation design and earthwork construction. A brief description of testing procedures used in the laboratory can be found in Methods of Laboratory Testing, Section B-1 of the Appendix. Individual test results are presented either on the Log of Boring sheets in the Appendix. 5.0 GENERAL SUBSURFACE CONDITIONS Based on geological atlas maps available from the Bureau of Economic Geology, published by the University of Texas at Austin, the project site lies within the Fort Worth Limestone and Duck Creek formation mapped as undivided. This undivided formation generally consists of limestone with marl (limey shale) layers. Residual overburden soils associated with this undivided formation generally consist of clay soils with low to high shrink/swell potential. Subsurface conditions encountered in most of the borings generally consisted of clay, shaly clay, gravelly clay and/or clayey gravel to depths of about 1 ft to 15 ft below the ground surface underlain by limestone extending to the 10 ft to 20 ft termination depths of the borings. Limestone was encountered at the surface in Borings 68, 69, 84 and 98 which extended to the 10 ft or 20 ft termination depths of the borings. Subsurface conditions encountered in Borings 77, 95 and 120 generally consisted of clay and/or shaly clay extending to the 20 ft termination depth of the borings. Layers of limestone about 8 ft to 15 ft were encountered between the clay and shaly clay layers in Borings 77, 95 and 120 at depths of about 3 ft to 8 ft below the ground surface. Subsurface conditions encountered in Borings 80, 92, 112, 137 and 138 generally consisted of alternating layers of clay, limestone and/or shaly clay extending to the 20 ft termination depth of the borings. The granular materials (clayey gravel) encountered in some of the borings are relatively permeable and are anticipated to have a relatively rapid response to water movement. However, most of the materials encountered in the borings are considered relatively impermeable and are anticipated to have a relatively slow response to water movement. Therefore, several days of observation would be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the subject site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions, and subsurface drainage characteristics. ALPHA Report No. W202761-E 3 Free groundwater was encountered on drilling tools during drilling in Borings 98 a depth of about 13 ft below the ground surface. The boring was dry upon completion of drilling. No groundwater was encountered in the remaining borings. However, it is common to encounter seasonal groundwater in granular material, from natural fractures within the clayey matrix, at the soil/rock (limestone) interface or from fractures in the rock, particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. Further information concerning subsurface materials and conditions encountered can be obtained from the boring logs in the Appendix. 6.0 DESIGN RECOMMENDATIONS The following design recommendations were developed on the basis of the previously described Project Characteristics (Section 2.0) and General Subsurface Conditions (Section 5.0). Should the project criteria change, our office should conduct a review to determine if modifications to the recommendations are required. Further, it is recommended our office be provided with a copy of the final building plans and specifications for review prior to construction. The following design recommendations were evaluated based on final grades as indicated on the referenced grading plans. Cutting and filling on the site other than depicted on the referenced grading plans can alter the recommended foundation design parameters. Therefore, it is recommended our office be provided with final grading plans prior to construction to verify appropriate design parameters are utilized for final foundation design. 6.1 Slab-on-Grade Foundations Slab-on-grade foundations should be designed with exterior and interior grade beams adequate to provide sufficient rigidity to the foundation system. A net allowable bearing pressure of 1.5 kips per sq ft should be used for all grade beams bearing on undisturbed cuts in native clay, on fill material placed as recommended in Section 7.3, on moisture improved soil placed as recommended in Section 6.1.1 or on limestone. Grade beams should bear a minimum depth of 12 inches below final grade and should have a minimum width of 10 inches considering the recommended bearing capacity. To reduce cracking as normal movements occur in foundation soils, all grade beams and slab foundations should be adequately reinforced with steel (conventional reinforcing steel and/or post- tensioned reinforcement). It is common to experience some minor cosmetic distress to structures with slab-on-grade foundation systems due to normal ground movements. A properly designed and constructed moisture barrier should be placed between the slabs and subgrade soils to retard moisture migration through the slabs. Conditions encountered in the test borings, the planned cut/fill within the building pads and results of the laboratory tests reveal variations in highly expansive clay thickness and expansive properties across the site. Such variations in clay thickness and expansive properties will directly affect design parameters used for slab-on-grade foundations. Therefore, lots with apparently common average clay thickness, similar expansive clay properties and similar corresponding estimated potential movements have been grouped into Zones I through V and delineated on the Boring Location Plan, Figure 1. ALPHA Report No. W202761-E 4 Subgrade improvement in the respective Zones (see Figure 1) should be performed using the information summarized in Table A. TABLE A Estimated Potential Seasonal Movements and Recommended Subgrade Improvement ZONE ESTIMATED POTENTIAL MOVEMENT, INCHES IMPROVEMENT REQUIRED TO REDUCE MOVEMENTS TO 4½ INCHES I Up to 2 No Improvement Required II Up to 4½ No Improvement Required III Up to 6 4 ft Moisture Conditioning IV Up to 7 6 ft Moisture Conditioning V Up to 8 8 ft Moisture Conditioning Potential seasonal movements were estimated using results from absorption swell tests, in general accordance with methods outlined by the Texas Department of Transportation (TxDOT) Test Method Tex-124-E and engineering judgment and experience. Estimated movements were calculated assuming the moisture content of the in-situ soil within the normal zone of seasonal moisture content change varies between a "dry" condition and a "wet" condition as defined by Tex-124-E. Also, it was assumed a 1 psi surcharge load from the floor slab acts on the subgrade soils. Movements exceeding our estimates could occur if positive drainage of surface water is not maintained or if soils are subject to an outside water source, such as leakage from a utility line or subsurface moisture migration from off-site locations. Potential seasonal movements were estimated assuming fill material used to raise the grade will consist of onsite or similar material with a plasticity index of 50 or less. If the plasticity index of material used to raise the grade is higher than 50, potential movements could be higher than our estimates. Potential movements estimated for slab foundations in Zones III, IV and V (see Figure 1 for delineation of Zones) are considered outside normal design tolerances without subgrade improvement as presented in Table A. Movement of slab foundations in Zone III, IV and V could be reduced to not more than about 4½ inches if the upper 4 ft to 8 ft of on-site soils below final grade are improved through moisture conditioning, then covered with an impermeable plastic barrier (polyethylene sheeting) following the recommendations provided in Section 6.1.1. Please note, improvement of the existing soils using moisture conditioning with plastic sheeting is intended only for the designated building pad areas plus 5 ft beyond the building pad limits, and not the entire residential lot. Accordingly, planned residences must be exclusively constructed within the building pad designated on the referenced project grading plans. The purpose of the plastic sheeting is to maintain the moisture of the underlying soils relatively the same from the time the plastic sheeting is placed through the time the foundation is placed. This plastic sheeting is not intended as a moisture barrier component for the actual foundation. Any such requirements should be addressed by the designer of the foundation, and should be followed by the builder. Prior to building on the improved designated building pad area, a surveyor should verify the lateral extent of the plastic sheeting and to confirm that no portion of the new residences will ALPHA Report No. W202761-E 5 extend beyond the limits of the designated building pad. If any part of the slab footprint extends beyond the designated building pad, ALPHA should be contacted for additional design recommendations. 6.1.1 Subgrade Improvement Using Moisture Conditioning (Zones III, IV and V) Estimated potential movements for slab foundations in Zones III, IV and V could be reduced to about 4½ inches by moisture-conditioning the upper 4 ft to 8 ft of on-site soils below final grade, as recommended in Table A. Shallow limestone was encountered in several of the borings which could be encountered during moisture conditioning in some of the lots, particularly near zone boundaries. In some cases, it could be required to over-excavate limestone to complete moisture conditioning. It is not required to over-excavate limestone if at least 3 ft of sufficiently hard limestone remains below final grade across the entire building pad. Test pits should be performed to evaluate the depth and nature of limestone prior to terminating moisture conditioning due to shallow limestone. ALPHA should be retained to observe the test pits. Moisture-conditioning consists of over-excavating (where necessary) and/or filling with on-site soil that is compacted at a “target” moisture content at least 5 percentage points above the material’s optimum moisture content as determined by the standard Proctor method (ASTM D 698). Some of the onsite soils with a lower plasticity index may require compaction at a moisture content closer to optimum. Any deviation from the minimum 5 percentage points above optimum should be determined by ALPHA during construction. The moisture-conditioned soil should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density. Moisture-conditioning with on-site soil should extend throughout the entire building pad area and at least 5 ft beyond the perimeter of the designated building pad (as indicated on the referenced project grading plans). Plastic sheeting (6 to 8 mil thickness) should be placed above the moisture-conditioned soil for long-term maintenance of the moisture content of the conditioned soil. This sheeting should be placed 8 to 12 inches below final grade and should also extend at least 5 ft beyond the perimeter of the building pad. Following completion of moisture-conditioning and placement of the plastic sheeting, estimated movements in Zones III, IV and V should not exceed about 4½ inches. The purpose of moisture-conditioning is to reduce the free swell of the moisture- conditioned soils to 1 percent or less. Additional laboratory tests (i.e., standard Proctors, absorption swell tests, etc.) should be conducted during construction to verify that the “target” moisture content for moisture-conditioning (estimated at 5 percentage points above the material’s optimum moisture content as defined by ASTM D 698) is sufficient to reduce the free swell potential of the processed soil to 1 percent or less. Moisture conditioning should be observed and tested on a full time basis by a representative of ALPHA to verify the moisture conditioned clays are placed with the proper lift thickness, moisture content, and density. ALPHA Report No. W202761-E 6 6.1.1 Alternative Subgrade Improvement Using Low Plasticity Index (PI) Soil Due to the presence of shallow limestone across some areas of the site, we expect some of the fill material generated from site grading will consist of processed limestone and/or lean clay and limestone mixtures. As an alternative to moisture conditioning with plastic sheeting, potential seasonal movements in Zones III, IV and V could be reduced to about 4½ inches by placing at least 4 ft to 8 ft of low PI material below final grade. Low PI material could consist of processed limestone and/or lean clay with a plasticity index of 20 or less. 6.2 Post-Tensioning Institute, Design of Post-Tensioned Slab-on-Grade Tables B and C contain information for design of the post-tensioned, slab-on-grade foundations. Design parameters were evaluated based on the conditions encountered in the borings and using information and correlations published by PTI Third Edition and VOLFLO 1.5 computer program provided by Geostructural Tool Kit, Inc. (GTI). TABLE B PTI Design Parameters Potential Seasonal Movement = 2 inches in Zone I Edge Lift Center Lift Edge Moisture Distance (em), ft 3.5 6.4 Differential Soil Movement (ym), inches 1.4 (swell) 1.1 (Shrink) TABLE C PTI Design Parameters Potential Seasonal Movement = 4½ inches in Zone II and after Improvement as discussed in Section 6.2 in Zones III, IV and V Edge Lift Center Lift Edge Moisture Distance (em), ft 4.1 8.0 Differential Soil Movement (ym), inches 2.2 (swell) 1.6 (Shrink) 6.3 Drainage and Other Considerations Adequate drainage should be provided to reduce seasonal variations in the moisture content of foundation soils. All pavement and sidewalks within 5 ft of the residences should be sloped away from the structures to prevent ponding of water around the foundations. Final grades within 5 ft of the structures should be adjusted to slope away from the structures at a minimum slope of 2 percent. Maintaining positive surface drainage throughout the life of the structures is essential. In areas with pavement or sidewalks adjacent to the new residences, a positive seal must be maintained between the structure and the pavement or sidewalk to minimize seepage of water into the underlying supporting soils. Post-construction movement of pavement and flatwork is common. Normal maintenance should include inspection of all joints in paving and sidewalks, etc. as well as resealing where necessary. ALPHA Report No. W202761-E 7 Several factors relate to civil and architectural design and/or maintenance, which can significantly affect future movements of the foundation and floor slab systems. • Preferably, a complete system of gutters and downspouts should carry runoff water a minimum of 5 ft from the completed structures. • Large trees and shrubs should not be allowed closer to the foundation than a horizontal distance equal to roughly one-half of their mature height due to their significant moisture demand upon maturing. • Moisture conditions should be maintained “constant” around the edge of the slab. Ponding of water in planters, in unpaved areas, and around joints in paving and sidewalks can cause slab movements beyond those predicted in this report. • Planter box structures placed adjacent to building should be provided with a means to assure concentrations of water are not available to the subsoil stratigraphy. • Architectural design of the floor slabs should avoid additional features such as wing walls as extensions of the slab. • The root systems from existing or recently removed trees at this site will have dried and desiccated the surrounding clay soils, resulting in soil with near-maximum swell potential. Clay soils surrounding tree root mats in areas to be covered with at-grade slabs (including but not limited to foundations, driveways, porches, patios, and sidewalks) should be removed to a depth of at least 1 ft below the tree root ball. The resulting excavation should be backfilled with engineered fill as described in Section 7.3. Trench backfill for utilities should be properly placed and compacted as outlined in Section 7.4 and in accordance with requirements of local City standards. Since granular bedding backfill is used for most utility lines, the backfilled trench should not become a conduit and allow access for surface or subsurface water to travel toward the new structures. Concrete cut-off collars or clay plugs should be provided where utility lines cross building lines to prevent water from traveling in the trench backfill and entering beneath the structure. 7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. Some construction problems, particularly degree or magnitude, cannot be reasonably anticipated until the course of construction. The recommendations offered in the following paragraphs are intended not to limit or preclude other conceivable solutions, but rather to provide our observations based on our experience and understanding of the project characteristics and subsurface conditions encountered in the borings. ALPHA Report No. W202761-E 8 7.1 Site Preparation and Grading Limestone was encountered at the surface or within 4 ft of the ground surface in several of the borings. We expect limestone will encountered during grading and general excavation at this site. From our experience, this limestone can be hard and difficult to excavate. Rock excavation methods (including, but not limited to rock teeth, rippers, jack hammers, or sawcutting) may be required to remove the limestone. Crushing equipment may be required to process this limestone if it is desired to use this material as compacted fill on the site. The contractor selected should have experience with excavation in hard limestone. All areas supporting slab foundations, flatwork or areas to receive new fill should be properly prepared. • After completion of the necessary stripping, clearing, and excavating and prior to placing any required fill, the exposed subgrade should be carefully evaluated by probing and testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place should be removed. • The exposed subgrade should be further evaluated by proof-rolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing approximately 10 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil. • Proof-rolling procedures should be observed routinely by a Professional Engineer or his designated representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed from the proof roll should be removed and replaced with well-compacted material as outlined in Section 7.3. • Prior to placement of any fill, the exposed subgrade should then be scarified to a minimum depth of 6 inches and recompacted as outlined in Section 7.3. If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench width of five (5) ft. This should provide a good contact between the existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal lift placements. Even if fill is properly compacted as recommended in Section 7.3, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when planning or placing deep fills. Slope stability analysis of embankments (natural or constructed) and global stability analysis for retaining walls was not within the scope of this study. The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring. Design of these structures should include any imposed surface surcharges. Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. The contractor should also be aware that ALPHA Report No. W202761-E 9 slope height, slope inclination or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state and/or federal safety regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. Stockpiles should be place well away from the edge of the excavation and their heights should be controlled so they do not surcharge the sides of the excavation. Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or into the excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at the toe. If potential stability problems are observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning required for the project (if any) should be designed by a professional engineer registered in the State of Texas. Due to the nature of the clay soils found near the surface at the borings, traffic of heavy equipment (including heavy compaction equipment) may create pumping and general deterioration of shallow soils. Therefore, some construction difficulties should be anticipated during periods when these soils are saturated. 7.2 Foundation Excavations All foundation excavations should be monitored to verify foundations bear on suitable material. The bearing stratum exposed in the base of all foundation excavations should be protected against any detrimental change in conditions. Surface runoff water should be drained away from excavations and not allowed to collect. All concrete for foundations should be placed as soon as practical after the excavation is made. Piers should be excavated and concrete placed the same day. Prolonged exposure of the bearing surface to air or water will result in changes in strength and compressibility of the bearing stratum. Therefore, if delays occur, excavations should be slightly deepened and cleaned, in order to provide a fresh bearing surface. 7.3 Fill Compaction The following are recommendations pertaining to general fill compaction. Moisture conditioned soil should conform to the recommendations provided in Section 6.1. Processed limestone used as fill should be compacted to at least 95 percent of standard Proctor maximum dry density. The compacted moisture content of the processed limestone is not considered crucial to proper performance. However, if the material's moisture content during placement is within 3 percentage points of optimum, the compactive effort required to achieve the minimum compaction criteria may be minimized. Individual rock pieces larger than 6 inches in dimension should not be used as fill. However, if rock fill is utilized within 3 ft below the bottom of floor slabs, the maximum allowable size of individual rock pieces should be reduced to 3 inches. Processed limestone used as fill should incorporate sufficient fines to prevent the presence of voids around larger diameter rock pieces. A gradation of at least 40 percent passing a standard No. 4 sieve is recommended. Clay with a plasticity index equal to or greater than 25 should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of 2 to 6 ALPHA Report No. W202761-E 10 percentage points above optimum. Clay and clayey gravel with a plasticity index less than 25 should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. Clayey materials used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. Where mass fills are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D-698) and within 2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as outlined herein. Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. 7.4 Utilities Where utility lines are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within –2 to +2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as previously outlined. Density tests should be performed on each lift (maximum 12-inch thick) and should be performed as the trench is being backfilled. Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when designing pavement over utility lines and/or other areas with deep fill. If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction grade, the contractor or others shall be required to develop an excavation safety plan to protect personnel entering the excavation or excavation vicinity. The collection of specific geotechnical data and the development of such a plan, which could include designs for sloping an d benching or various types of temporary shoring, is beyond the scope of this study. Any such designs and safety plans shall be developed in accordance with current OSHA guidelines and other applicable industry standards. 7.5 Groundwater Groundwater was encountered at depths of about 6 ft to 13 ft below the ground surface in Borings 98, 133, 13, 140 and 141. However, from our experience, shallower groundwater seepage could be encountered from the subsurface stratigraphy in excavations for foundations, utilities and other general excavations at this site. The risk of seepage increases with depth of excavation and during or after periods of precipitation. Standard sump pits and pumping may be adequate to control seepage on a local basis. ALPHA Report No. W202761-E 11 In any areas where cuts are made, attention should be given to possible seasonal water seepage that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk of seepage is increased where limestone is exposed in excavations and slopes or is near final grade. In these areas subsurface drains may be required to intercept seasonal groundwater seepage. The need for these or other dewatering devices should be carefully addressed during construction. Our office could be contacted to visually observe final grades to evaluate the need for such drains. 8.0 LIMITATIONS Professional services provided in this geotechnical exploration were performed, findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous materials in the soil, surface water or groundwater. ALPHA, upon written request, can be retained to provide these services. ALPHA is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for the exclusive use of the Client (and their designated design representatives), and is related solely to design of the specific structures outlined in Section 2.0. No party other than the Client (and their designated design representatives) shall use or rely upon this report in any manner whatsoever unless such party shall have obtained ALPHA’s written acceptance of such intended use. Any such third party using this report after obtaining ALPHA’s written acceptance shall be bound by the limitations and limitations of liability contained herein, including ALPHA’s liability being limited to the fee paid to it for this report. Recommendations presented in this report should not be used for design of any other structures except those specifically described in this report. In all areas of this report in which ALPHA may provide additional services if requested to do so in writing, it is presumed that such requests have not been made if not evidenced by a written document accepted by ALPHA. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable for an extended period of time after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report for construction commencing more than one (1) year after completion of this report. Non- compliance with any of these requirements by the Client or anyone else shall release ALPHA from any liability resulting from the use of, or reliance upon, this report. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our office should be contacted immediately since this may materially alter the recommendations. Further, ALPHA is not responsible for damages resulting from workmanship of designers or contractors. It is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. APPENDIX ALPHA Report No. W202761-E A-1 METHODS OF FIELD EXPLORATION Using standard rotary drilling equipment, a total of 54 test borings were performed for this geotechnical exploration. The approximate locations of the borings are shown on the Boring Location Plan, Figure 1. The test boring locations were staked using a handheld GPS unit or by pacing/taping and estimating right angles from landmarks which could be identified in the field and as shown on the site plan provided during this study. The locations of test borings shown on the Boring Location Plan are considered accurate only to the degree implied by the methods used to define them. Relatively undisturbed samples of the cohesive subsurface materials were obtained by hydraulically pressing 3-inch O.D. thin-wall sampling tubes into the underlying soils at selected depths (ASTM D 1587). These samples were removed from the sampling tubes in the field and evaluated visually. One representative portion of each sample was sealed in a plastic bag for use in future visual evaluation and possible testing in the laboratory. A modified version of the Texas Cone Penetration (TCP) test was completed in the field to determine the apparent in-place strength characteristics of the rock type materials. A 3-inch diameter steel cone driven by a 170-pound hammer dropped 24 inches is the basis for TxDOT strength correlations. In this case, ALPHA TESTING, LLC has modified the procedure by using a 140-pound hammer dropping 30-inches for completion of the field test. Depending on the resistance (strength) of the materials, either the number of blows of the hammer required to provide 12 inches of penetration, or the inches of penetration of the cone due to 100 blows of the hammer are recorded on the field log and are shown on the Log of Boring sheets as “TX Cone” (reference TxDOT Test Method TEX 132-E, as modified). Logs of the borings are included in the Appendix. The logs show visual descriptions of subsurface strata encountered using the Unified Soil Classification System. Sampling information, pertinent field data, and field observations are also included. Samples not consumed by testing will be retained in our laboratory for at least 14 days and then discarded unless the Client requests otherwise. BORING LOCATION PLANGEOTECHNICAL EXPLORATIONTHE RETREAT AT FOSSIL CREEK PHASE 3OFF WAGLEY ROBERTSON ROADFORT WORTH, TEXASALPHA PROJECT NO. W202761-EFIGURE 1 P-4 P-6 P-7 P-8 B-69B-68B-67B-66B-65B-64B-63B-80B-79B-78B-77B-84B-82B-83B-81B-98B-97B-96B-95B-94B-92B-93B-110B-109B-108B-107B-106B-120B-119B-112B-111B-129B-128B-127B-126B-125B-124B-122B-123B-121B-137B-138B-139IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIVIVIVIVIVIVIVVVVV P-4 P-6 P-7 P-8 B-69B-68B-67B-66B-65B-64B-63B-80B-79B-78B-77B-84B-82B-83B-81B-98B-97B-96B-95B-94B-92B-93B-110B-109B-108B-107B-106B-120B-119B-112B-111B-129B-128B-127B-126B-125B-124B-122B-123B-121B-137B-138B-139IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIVIVIVIVIVIVIVVVVVNAPPROXIMATE BORING LOCATIONZONE II I ZONE I II ZONE III III ZONE IV IV APPROXIMATE PRELIMINARY BORING LOCATION (W191762)ZONE VV ALPHA Report No. W202761-E B-1 METHODS OF LABORATORY TESTING Representative samples were evaluated and classified by a qualified member of the Geotechnical Division and the boring logs were edited as necessary. To aid in classifying the subsurface materials and to determine the general engineering characteristics, natural moisture content tests (ASTM D 2216), Atterberg-limit tests (ASTM D 4318) and dry unit weight determinations were performed on selected samples. In addition, unconfined compressive strength tests (ASTM D 2166) and pocket-penetrometer tests were conducted on selected soil samples to evaluate the soil shear strength. Results of these laboratory tests are provided on the Log of Boring sheets. In addition to the Atterberg-limit tests, the expansive properties of the clayey soils were further analyzed by absorption swell tests in general accordance with ASTM D 4546. The swell test is performed by placing a selected sample in a consolidation machine and applying either the approximate current or expected overburden pressure and then allowing the sample to absorb water. When the sample exhibits very little tendency for further expansion, the height increase is recorded and the percent free swell and total moisture gain calculated. Results of the absorption swell tests are provided on the attached Log of Boring sheets. Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hanover Property Company Todd Tract (+/- 346.3 Acres) 7/23/2019 7/23/2019 CONTINUOUS FLIGHT AUGER 4 W191762 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 1.0 Tan LIMESTONE with clay seams and layers 12.0 Gray LIMESTONE with shale seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5 20 66 25 41 2.7 100/2.5" 100/2.75" 100/0.75" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hanover Property Company Todd Tract (+/- 346.3 Acres) 7/23/2019 7/23/2019 CONTINUOUS FLIGHT AUGER 6 W191762 Fort Worth, Texas - NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 4.0 Tan CLAY with calcareous deposits and limestone fragments 8.0 Tan SHALY CLAY 12.0 Light Tan and Gray SHALY CLAY 20.0 TEST BORING TERMINATED AT 20 FT 4.5+23 4.5+15 66 23 43 1.5 4.5+8 4.25 10 0.0 3.25 15 3.5 18 0.0 3.0 21 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hanover Property Company Todd Tract (+/- 346.3 Acres) 7/29/2019 7/29/2019 CONTINUOUS FLIGHT AUGER 7 W191762 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 6.0 Tan CLAY with limestone fragments and calcareous deposits 10.0 Tan LIMESTONE with clay seams and layers 14.0 Gray LIMESTONE with shale seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5 21 4.5+22 0.0 3.5 221.4 101 3.5 17 45 16 29 0.0 4.0 16 100/1" 100/1.5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hanover Property Company Todd Tract (+/- 346.3 Acres) 7/23/2019 7/23/2019 CONTINUOUS FLIGHT AUGER 8 W191762 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan CLAY with calcareous deposits and limestone fragments 6.0 Tan WEATHERED LIMESTONE with clay seams and layers 12.0 Tan SHALY CLAY 16.0 Gray LIMESTONE with shale seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+13 4.5+10 39 19 20 0.3 4.25 23 4.25 23 67 23 44 0.4 55/12" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/10/2020 11/10/2020 CONTINUOUS FLIGHT AUGER 63 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Brown CLAYEY GRAVEL 1.0 Tan LIMESTONE with clay seams and layers 12.0 TEST BORING TERMINATED AT 12 FT 25 100/0.25'' 100/0.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/10/2020 11/10/2020 CONTINUOUS FLIGHT AUGER 64 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Brown CLAYEY GRAVEL 1.0 Tan LIMESTONE with clay seams and layers 12.0 TEST BORING TERMINATED AT 12 FT 12 100/0.25" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/10/2020 11/10/2020 CONTINUOUS FLIGHT AUGER 65 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Dark Brown CLAY 1.0 Tan LIMESTONE with clay seams and layers 12.0 TEST BORING TERMINATED AT 12 FT 4.0 27 71 26 45 100/1.25" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/11/2020 11/11/2020 CONTINUOUS FLIGHT AUGER 66 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Brown CLAYEY GRAVEL 1.0 Tan LIMESTONE with clay seams and layers 12.0 TEST BORING TERMINATED AT 12 FT 100/1.50" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 10/31/2020 10/31/2020 CONTINUOUS FLIGHT AUGER 67 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Dark Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 12.0 Gray LIMESTONE with shale seams 15.0 TEST BORING TERMINATED AT 15 FT 2.25 32 68 24 44 100/0.50" 100/2" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/4/2020 11/4/2020 CONTINUOUS FLIGHT AUGER 68 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Tan LIMESTONE with clay seams and layers 10.0 TEST BORING TERMINATED AT 10 FT 100/0.25" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/4/2020 11/4/2020 CONTINUOUS FLIGHT AUGER 69 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Tan LIMESTONE with clay seams and layers 10.0 TEST BORING TERMINATED AT 10 FT 100/0.25" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/13/2020 11/13/2020 CONTINUOUS FLIGHT AUGER 77 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Dark Brown CLAY 2.0 Tan CALCAREOUS CLAY 8.0 Tan LIMESTONE with clay seams and layers 16.0 Light Brown and Gray SHALY CLAY 20.0 TEST BORING TERMINATED AT 20 FT 4.5+20 4.5+9 43 21 22 0.1 4.5+8 4.5+16 100/2.50" 100/5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/17/2020 11/17/2020 CONTINUOUS FLIGHT AUGER 78 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Brown CLAYEY GRAVEL 1.0 Tan LIMESTONE with clay seams and layers 12.0 TEST BORING TERMINATED AT 12 FT 20 100/1" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/17/2020 11/17/2020 CONTINUOUS FLIGHT AUGER 79 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Brown CLAYEY GRAVEL 1.0 Tan LIMESTONE with clay seams and layers 12.0 TEST BORING TERMINATED AT 12 FT 26 100/0.25" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/17/2020 11/17/2020 CONTINUOUS FLIGHT AUGER 80 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Dark Brown CLAY 2.0 Brown CLAY with limestone fragments 4.0 Tan LIMESTONE with clay seams and layers 8.0 Tan CALCAREOUS CLAY with limestone fragments 12.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+202.0 91 73 25 48 4.5+8 46 20 26 11 11 3.0 12 100/4" 100/4.50" 100/7" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/18/2020 11/18/2020 CONTINUOUS FLIGHT AUGER 81 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Brown CLAYEY GRAVEL 1.0 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams and layers 15.0 TEST BORING TERMINATED AT 15 FT 100/0.75" 100/2.25" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/18/2020 11/18/2020 CONTINUOUS FLIGHT AUGER 82 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Brown CLAYEY GRAVEL 1.0 Tan LIMESTONE with clay seams and layers 12.0 TEST BORING TERMINATED AT 12 FT 100/0.75" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/4/2020 11/4/2020 CONTINUOUS FLIGHT AUGER 83 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Brown CLAY with limestone cobbles 1.0 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams and layers 15.0 TEST BORING TERMINATED AT 15 FT 24 69 23 46 100/0.50" 100/0.75" 100/1.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 10/21/2020 10/21/2020 CONTINUOUS FLIGHT AUGER 84 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 LIMESTONE cobbles with brown clay 1.0 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 100/0.25" 100/1.25" 100/0.25" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/13/2020 11/13/2020 CONTINUOUS FLIGHT AUGER 92 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Brown CLAY 2.0 Tan CALCAREOUS CLAY 5.0 Tan LIMESTONE with clay seams and layers 13.0 Light Brown and Tan SHALY CLAY 16.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+15 4.5+10 3.25 7 4.5 28 71 26 45 0.1 100/6" 100/3" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/17/2020 11/17/2020 CONTINUOUS FLIGHT AUGER 93 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Brown CLAYEY GRAVEL 1.0 Tan LIMESTONE with clay seams and layers 18.0 Gray LIMESTONE with shale seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 100/0.75" 100/2.75" 100/3.50" 100/2" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/18/2020 11/18/2020 CONTINUOUS FLIGHT AUGER 94 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Brown CLAYEY GRAVEL 1.0 Tan LIMESTONE with clay seams and layers 18.0 Gray LIMESTONE with shale seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 100/0.75" 100/2.25" 100/3.50" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/18/2020 11/18/2020 CONTINUOUS FLIGHT AUGER 95 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Brown CLAY 2.0 Tan CALCAREOUS CLAY 5.0 Tan LIMESTONE with clay seams and layers 13.0 Light Brown and Gray SHALY CLAY 20.0 TEST BORING TERMINATED AT 20 FT 4.5+11 53 24 29 4.5+9 4.5+16 4.5+13 4.5+20 100/2.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/18/2020 11/18/2020 CONTINUOUS FLIGHT AUGER 96 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Tan CALCAREOUS CLAY 3.0 Tan LIMESTONE with clay seams and layers 17.0 Gray LIMESTONE with shale seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+81.6 100 4.5+10 53 18 35 0.1 100/0.25" 100/1" 100/2.25" 100/1.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/4/2020 11/4/2020 CONTINUOUS FLIGHT AUGER 97 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Dark Brown CLAY with limestone fragments and cobbles 2.0 Tan LIMESTONE with clay seams and layers 18.0 Gray LIMESTONE with shale seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.0 12 73 24 49 100/2.25" 100/3.50" 100/7" 100/2.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 10/21/2020 10/21/2020 CONTINUOUS FLIGHT AUGER 98 W202761 Fort Worth, Texas 13 DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 LIMESTONE cobbles with brown clay 1.0 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 100/0.75" 100/1.50" 100/1.75" 100/1.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/13/2020 11/13/2020 CONTINUOUS FLIGHT AUGER 106 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Dark Brown CLAY 2.0 Brown CLAY 4.0 Tan CLAY with calcareous deposits 13.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.0 25 4.5+20 68 24 44 0.8 4.5+124.3 117 4.5 22 3.0 12 100/1" 100/0.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/17/2020 11/17/2020 CONTINUOUS FLIGHT AUGER 107 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Brown CLAY 4.0 Tan CLAY with calcareous deposits 13.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+21 4.5+15 4.5+11 4.5+13 42 17 25 0.7 4.5+14 100/1" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/18/2020 11/18/2020 CONTINUOUS FLIGHT AUGER 108 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Dark Brown CLAY 4.0 Reddish Brown CLAY 8.0 Tan GRAVELLY CLAY 10.0 Light Brown and Gray SHALY CLAY 15.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+21 4.5+19 71 27 44 3.7 4.5+14 4.5+16 4.5+13 31 15 16 3.5 26 58 22 36 0.5 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/19/2020 11/19/2020 CONTINUOUS FLIGHT AUGER 109 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Dark Brown CLAY 4.0 Reddish Brown CLAY 15.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+25 4.5+21 4.5+22 4.5+19 4.5 20 48 21 27 0.0 3.0 16 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/19/2020 11/19/2020 CONTINUOUS FLIGHT AUGER 110 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Dark Brown CLAY 6.0 Reddish Brown CLAY 10.0 Tan CLAY 15.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+23 4.5+20 69 24 45 2.3 4.5+21 4.5+15 4.5+20 4.5+12 28 17 11 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/19/2020 11/19/2020 CONTINUOUS FLIGHT AUGER 111 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Dark Brown CLAY with calcareous nodules 4.0 Tan CALCAREOUS CLAY 13.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+19 4.5+18 4.5+17 4.5+16 36 18 18 0.0 4.5+14 100/2.25" 100/1.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/4/2020 11/4/2020 CONTINUOUS FLIGHT AUGER 112 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Dark Brown CLAY 4.0 - with limesotne fragments at 3' Tan LIMESTONE with clay seams and layers 11.0 Tan SHALY CLAY 18.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+237.0 96 4.5+17 80 27 53 1.6 4.5+17 100/3.25" 100/4.50" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/19/2020 11/19/2020 CONTINUOUS FLIGHT AUGER 119 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Dark Brown CLAY with limestone fragments 1.0 Tan LIMESTONE with clay seams and layers 18.0 Gray LIMESTONE with shale seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+18 61 23 38 100/3" 100/3.25" 100/3" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/16/2020 11/16/2020 CONTINUOUS FLIGHT AUGER 120 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Tan CALCAREOUS CLAY 3.0 Tan LIMESTONE with clay seams and layers 18.0 Light Brown and Gray SHALY CLAY 20.0 TEST BORING TERMINATED AT 20 FT 4.5+112.8 103 41 21 20 4.5+5 4.5+13 100/2.50" 100/2.25" 100/6" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/16/2020 11/16/2020 CONTINUOUS FLIGHT AUGER 121 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Dark Brown CLAY 2.0 Tan CLAY with calcareous deposits 13.0 Tan LIMESTONE with clay seams and layers 18.0 Gray LIMESTONE with shale seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5 21 4.5+10 4.5+12 40 16 24 0.1 4.5+14 3.5 15 100/0.50" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/13/2020 11/13/2020 CONTINUOUS FLIGHT AUGER 122 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Dark Brown CLAY 6.0 Light Brown CLAY with calcareous deposits 13.0 Tan LIMESTONE with clay seams and layers 17.0 Gray LIMESTONE with shale seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+24 4.5+22 73 24 49 2.0 4.5+21 4.5+12 4.5+16 100/1" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/17/2020 11/17/2020 CONTINUOUS FLIGHT AUGER 123 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Dark Brown CLAY 6.0 Reddish Brown CLAY 13.0 - with gravel at 7' Tan LIMESTONE with clay seams and layers 18.0 Gray LIMESTONE with shale seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+22 4.5+20 4.5+21 4.5 19 43 21 22 0.0 4.5+10 100/0.75" 100/0.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/19/2020 11/19/2020 CONTINUOUS FLIGHT AUGER 124 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Dark Brown CLAY with calcareous nodules 6.0 Light Brown CLAY with calcareous nodules 9.0 Tan LIMESTONE with clay seams and layers 15.0 Gray LIMESTONE with shale seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+21 4.5+189.5 108 4.5+19 4.5+14 45 18 27 0.4 4.5+18 100/1.50" 100/1" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/19/2020 11/19/2020 CONTINUOUS FLIGHT AUGER 125 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Dark Brown CLAY 6.0 Brown CLAY 9.0 Tan LIMESTONE with clay seams and layers 18.0 Gray LIMESTONE with shale seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+23 4.5+21 4.5+21 4.5+20 73 25 48 2.4 100/1.25" 100/0.75" 100/1.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/19/2020 11/19/2020 CONTINUOUS FLIGHT AUGER 126 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Dark Brown CLAY 4.0 Brown CLAY 6.0 Reddish Brown CLAY with calcareous deposits 12.0 Tan LIMESTONE with clay seams and layers 18.0 Gray LIMESTONE with shale seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5 24 4.5+22 67 23 44 4.5+21 4.5+17 4.5 12 100/1" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/19/2020 11/19/2020 CONTINUOUS FLIGHT AUGER 127 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Dark Brown CLAY 6.0 Reddish Brown CLAY 8.0 Tan LIMESTONE with clay seams and layers 17.0 Gray LIMESTONE with shale seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 3.75 29 4.5 21 4.5 24 4.25 20 51 22 29 0.4 100/5" 100/1" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/4/2020 11/4/2020 CONTINUOUS FLIGHT AUGER 128 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Dark Brown CLAY 6.0 Brown CLAY with calcareous deposits 8.0 Brown CLAYEY GRAVEL 11.0 Tan LIMESTONE with clay seams and layers 16.0 Gray LIMESTONE with shale seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+21 4.5+21 4.5+21 4.5+17 70 21 49 0.7 100/4.50" 100/1.25" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/3/2020 11/3/2020 CONTINUOUS FLIGHT AUGER 129 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Dark Brown CLAY with calcareous nodules 4.0 Reddish Brown CLAY with calcareous deposits 8.0 Tan LIMESTONE with clay seams and layers 18.0 Gray LIMESTONE with shale seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+19 4.5+174.0 100 4.5+12 45 16 29 0.5 4.5+15 100/3.50" 100/1" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/16/2020 11/16/2020 CONTINUOUS FLIGHT AUGER 137 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Brown CLAY with calcareous deposits 4.0 Tan CALCAREOUS CLAY 5.0 Tan LIMESTONE with clay seams and layers 8.0 Light Brown and Gray SHALY CLAY 15.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+22 4.5+12 50 23 27 0.3 4.5+7 4.5+14 49 19 30 0.0 4.5 23 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/16/2020 11/16/2020 CONTINUOUS FLIGHT AUGER 138 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Brown CLAY with calcareous deposits 5.0 Tan LIMESTONE with clay seams and layers 8.0 Light Brown CLAY with calcareous deposits 10.0 Tan LIMESTONE with clay seams and layers 18.0 Gray LIMESTONE with shale seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+21 4.5+14 4.5+11 4.5 13 40 16 24 100/1" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Academy Development The Retreat at Fossil Creek 11/16/2020 11/16/2020 CONTINUOUS FLIGHT AUGER 139 W202761 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 25 Dark Brown CLAY 6.0 Light Brown CLAY 8.0 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 3.5 29 4.5+23 4.5+25 4.5+15 48 18 30 0.0 100/1.25" 100/0.75" 100/1.25" Sheet 1 of 1 TEXAS CONE PENETRATION FILL LIMESTONE (MH), Elastic SILT SANDSTONE (GP), Poorly Graded GRAVEL LOW MEDIUM HIGH VERY HIGH 4 TO 15 16 TO 25 26 TO 35 OVER 35 SAMPLING SYMBOLS (OL), ORGANIC SILT (OH), ORGANIC CLAY 8.0" OR LARGER 3.0" TO 8.0" 0.75" TO 3.0" 5.0 mm TO 3.0" 2.0 mm TO 5.0 mm 0.4 mm TO 5.0 mm 0.07 mm TO 0.4 mm 0.002 mm TO 0.07 mm LESS THAN 0.002 mm SOIL & ROCK SYMBOLS KEY TO SOIL SYMBOLS AND CLASSIFICATIONS (CH), High Plasticity CLAY VERY LOOSE LOOSE MEDIUM DENSE VERY DENSE RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) 0 TO 4 5 TO 10 11 TO 30 31 TO 50 OVER 50 SHELBY TUBE (3" OD except where noted otherwise) SPLIT SPOON (2" OD except where noted otherwise) AUGER SAMPLE ROCK CORE (2" ID except where noted otherwise) PARTICLE SIZE IDENTIFICATION (DIAMETER) (CL), Low Plasticity CLAY (SP), Poorly Graded SAND (GW), Well Graded GRAVEL (GC), CLAYEY GRAVEL (GM), SILTY GRAVEL BOULDERS COBBLES COARSE GRAVEL FINE GRAVEL COURSE SAND MEDIUM SAND FINE SAND SILT CLAY TRACE LITTLE SOME AND 1 TO 10 11 TO 20 21 TO 35 36 TO 50 RELATIVE PROPORTIONS (%) VERY SOFT SOFT FIRM STIFF VERY STIFF HARD LESS THAN 0.25 0.25 TO 0.50 0.50 TO 1.00 1.00 TO 2.00 2.00 TO 4.00 OVER 4.00 SHEAR STRENGTH OF COHESIVE SOILS (tsf) RELATIVE DEGREE OF PLASTICITY (PI)SHALE / MARL (SC), CLAYEY SAND (SW), Well Graded SAND (SM), SILTY SAND (ML), SILT CITY OF FORT WORTH RETREAT AT FOSSIL CREEK PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104322 Revised July 1, 2011 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK !!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!! Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec Concrete Class A (Sidewalk, 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 Burnco Texas 30U101AG 3000 psi 3-5" Slump; 3-6% Air 4/1/2024 32 13 20 Mix Design Burnco 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 C13020AE 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 Holcim - 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 Holcim - SOR, Inc.530WA-T1 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 4/1/2023 32 13 20 Mix Design Martin Marietta R2136N14 3000 psi 3-5" Slump; 3-6% Air 6/1/2023 32 13 20 Mix Design Martin Marietta R2136R20 3000 psi 3-5" Slump; 3-6% Air 6/1/2023 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 R2136K14 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 Osburn 30A50MR 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 Design 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 Design 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 Design 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 Design 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, Blocking, Collars, (Spread Footing Pedestal Pole Foundations (Reference Detail 34 41 10-D605A) 9/9/2022 32 13 13 Mix Design American Concrete Company 40CNF065 4000 psi 3-5" Slump; 0-3% Air 7/28/2025 32 13 13 Mix Design Burnco Texas 40V100AG 4000 psi 3-5" Slump; 3.5-6.5% Air 7/28/2025 32 13 13 Mix Design Burnco Texas 30V100AG 3000 psi 3-5" Slump; 3.5-6.5% Air 7/28/2025 32 13 13 Mix Design Burnco Texas 36V500BG 3600 psi 3-5" Slump; 3.5-6.5% Air 9/9/2022 32 13 13 Mix Design Burnco 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 Design 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 32 13 13 Mix Design Cow Town Redi Mix 255-2 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 355 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 255 3500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 270 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 370 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 353 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 257 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 357 3600 psi 3-5" Slump; 3-6% Air 5/7/2025 32 13 13 Mix Design Cow Town Redi Mix 265-42 4200 psi 3-5" Slump; 3-6% Air 2/7/2025 32 13 13 Mix Design Holcim - SOR, Inc.1701 4000 psi 3-5" Slump; 3-6% Air 2/7/2025 32 13 13 Mix Design Holcim - SOR, Inc.1551 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc.5409 4000 psi 3-5" Slump; 3-6% Air 4/27/2023 32 13 13 Mix Design Liquid Stone C361DNFA 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2141230 4000 psi 3-5" Slump; 3-6% Air 8/4/2023 32 13 13 Mix Design Martin Marietta R2141R24 4000 psi 3-5" Slump; 3-6% Air CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 7/31/2025 Page 1 of 6 !!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!! Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 7/31/2025 11/20/2023 32 13 13 Mix Design Martin Marietta R2146R33 4000 psi 3-5" Slump; 3-6% Air 11/20/2023 32 13 13 Mix Design Martin Marietta R2146K33 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2142233 3600 psi 3-5" Slump; 4.5-7.5% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2136224 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2141233 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2146038 4500 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design Martin Marietta R2146K34 4000 psi 3-5" Slump; 3-6% Air 5/5/2025 32 13 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 32 13 13 Mix Design NBR Ready Mix CLS P1-YY 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design NBR Ready Mix TX C-YY 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design NBR Ready Mix TX C-NY 3000 psi 3-5" Slump; 3-6% Air 1/18/2023 32 13 13 Mix Design Rapid Redi Mix RRM5320A 3000 psi 3-5" Slump; 3-6% Air 1/18/2023 32 13 13 Mix Design Rapid Redi Mix RRM6020ASS 4000 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design SRM Concrete 40350 4000 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design SRM Concrete 40850 4000 psi 3-5" Slump; 3-6% Air 9/16/2024 32 13 13 Mix Design SRM Concrete 35050 3500 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 13 Mix Design SRM Concrete 36850 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW5320A 3000 psi 3-5" Slump; 3-6% Air 10/10/2022 32 13 13 Mix Design Tarrant Concrete TCFW6025A2 4000 psi 3-5" Slump; 3-6% Air Class C (Drilled Shaft for Traffic Signal Pole Foundations Reference Detail 31 41 10-D605) 9/9/2022 32 13 13 Mix Design Burnco Texas 36U502BG 3600 psi 5.5-7.5" Slump; 3-6% Air 6/21/2023 32 13 13 Mix Design Cow Town Redi Mix 360-DS 3600 psi 5.5-7.5" Slump; 3-6% Air 10/30/2024 32 13 13 Mix Design Estrada Ready Mix R36575AEWR 3600 psi 5.5-7.5" Slump; 3-6% Air 12/5/2022 32 13 13 Mix Design Holcim - SOR, Inc.1822 3600 psi 5.5-7.5" Slump; 0-3% Air 9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc.1859 4000 psi 5.5-7.5" Slump; 3-6% Air 4/7/2023 32 13 13 Mix Design Liquid Stone C361DHR 3600 psi 5.5-7.5" Slump; 3-6% Air 6/27/2023 32 13 13 Mix Design Martin Marietta U2146N41 3600 psi 5-7" Slump; 3-6% Air 6/27/2023 32 13 13 Mix Design Martin Marietta U2146K45 3600 psi 5-7" Slump; 3-6% Air 5/9/2025 2 13 13 Mix Design Martin Marietta U2146R41 3600 psi 5-7" Slump; 3-6% Air 8/22/2024 32 13 13 Mix Design NBR Ready Mix 135K2524 3600 psi 5.5" Slump; 3-6% Air 8/22/2024 32 13 13 Mix Design NBR Ready Mix 135K0524 3600 psi 5.5" Slump; 3-6% Air Class C (Headwalls, Wing walls, Culverts) 9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602001 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design City Concrete Company 40LA2011 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-2 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360-1 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-1 3600 psi 3-5" Slump; 3-6% Air 1/29/2024 32 13 13 Mix Design Estrada Ready Mix R3655AEWR 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design GCH Concrete Services GCH4000 4000 psi 3-5" Slump; 3-6% Air 4/1/2023 32 13 13 Mix Design Martin Marietta 310LBP 3600 psi 3-5" Slump; 4-7% Air 8/30/2023 32 13 13 Mix Design Martin Marietta R2141R30 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2146035 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design SRM Concrete 40050 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design SRM Concrete 35022 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6020A2 4000 psi 3-5" Slump; 3-6% Air Class P (Machine Placed Paving) 4/3/2025 32 13 13 Mix Design Big Town Concrete 4511 3600 psi 1-3" Slump; 3-6% Air 4/3/2025 32 13 13 Mix Design Big Town Concrete 4411 3600 psi 1-3" Slump; 3-6% Air 6/30/2025 32 13 13 Mix Design Big Town Concrete 5211 With 20% Fly Ash 4000 psi 1-3" Slump; 3-6% Air 6/30/2025 30 13 13 Mix Design Big Town Concrete 52113 With 30% slag 4000 psi 1-3" Slump; 3-6% Air 6/30/2025 30 13 13 Mix Design Big Town Concrete 5311 4000 psi 1-3' Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Carder Concrete FWCC552091 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602091 4000 psi 1-3" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design City Concrete Company 36LA2011 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 33 13 13 Mix Design Cow Town Redi Mix 257-M 3600 psi 1-3" Slump; 3-6% Air 11/14/2022 32 13 13 Mix Design Cow Town Redi Mix 357-M 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-M 4000 psi 1-3" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360-M 4000 psi 1-3" Slump; 3-6% Air 2/6/2024 32 13 13 Mix Design Estrada Ready Mix TD3655AEWR 3600 psi 1-3" Slump; 3-6% Air 5/20/2025 32 13 13 Mix Design Gilco Contracting Inc 36MP1643 3600 psi 1-3" Slump; 3-6% Air 6/20/2025 32 13 13 Mix Design Gilco Contracting Inc 36MP1629 3600 psi 1-3" Slump; 3-6% Air 5/12/2025 32 13 13 Mix Design Holcim - SOR, Inc.1703 4000 psi 1-3" Slump; 3-6% Air 8/4/2023 32 13 13 Mix Design Martin Marietta Q2141R27 4000 psi 1-3" Slump; 3-6% Air 11/2/2022 32 13 13 Mix Design Martin Marietta Q2141K30 4000 psi 1-3" Slump; 3-6% Air ...Concrete (Continues) Page 2 of 6 !!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!! Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 7/31/2025 5/5/2025 32 13 13 Mix Design Martin Marietta Q2141N27 4000 psi 1-3" Slump; 3-6% Air 10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF-YY 3600 psi 1-3" Slump; 3-6% Air 10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF-NY 3600 psi 1-3" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design SRM Concrete 40068 4000 psi 1-3" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design SRM Concrete 40825 4000 psi 1-3" Slump; 3-6% Air 9/16/2024 32 13 13 Mix Design SRM Concrete 40025 4000 psi 1-3" Slump; 3-6% Air 10/18/2024 32 13 13 Mix Design SRM Concrete 35023 3600 psi 1-3" Slump; 3-6% Air 6/5/2025 32 13 13 Mix Design SRM Concrete 40324 4000 psi 1-3" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW5520AMP 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0255.2301 3600 psi 1-3" Slump; 3.5-6.5% Air 9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0260.2302 4000 psi 1-3" Slump; 3.5-6.5% Air 6/17/2025 32 13 13 Mix Design True Grit Redi Mix 460.230M 4000 psi 1-3" Slump; 3-6% Air 6/23/2025 32 13 13 Mix Design True Grit Redi Mix 360.230M 4000 psi 1-3" Slump; 3-6% Air Class H (Hand Placed Paving, Valley Gutter) 9/9/2022 32 13 13 Mix Design American Concrete Company 45CAF076 4500 psi 3-5" Slump; 3-6% Air 5/2/2023 32 13 13 Mix Design Big D Concrete CM14520AE 4500 psi 3-5" Slump; 3-6% Air 4/3/2025 32 13 13 Mix Design Big Town Concrete 6211 4500 psi 3-5" Slump; 3-6% Air 4/3/2025 32 13 13 Mix Design Big Town Concrete 6311 4500 psi 3-5" Slump; 3-6% Air 4/5/2025 32 13 13 Mix Design Big Town Concrete 6017 4500 psi 3-5" Slump; 3-6% Air 7/25/2025 32 13 13 Mix Design Burnco Texas 45U500BG 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602021 4500 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 13 Mix Design Chisholm Trail Redi Mix CTFW6520A 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design City Concrete Company 45NA20II 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 265 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 365 4500 psi 3-5" Slump; 3-6% Air 1/29/2024 32 13 13 Mix Design Estrada Ready Mix R4560AEWR/4500 psi 3-5" Slump; 4-6% Air 9/9/2022 32 13 13 Mix Design GCH Concrete Services GCH4500 4500 psi 3-5" Slump; 3-6% Air 5/20/2025 32 13 13 Mix Design Gilco Contracting Inc 45HP1643 4500 psi 3-5" Slump; 3-6% Air 6/20/2025 32 13 13 Mix Design Gilco Contracting Inc 45HP1629 4500 psi 3-5" Slump; 3-6% Air 10/4/2024 32 13 13 Mix Design Holcim - SOR, Inc.5507 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc.1851 4500 psi 3-5" Slump; 3-6% Air 5/8/2025 32 13 13 Mix Design Holcim - SOR, Inc.545WA-T1 4500 psi 3-5" Slump; 3-6% Air 4/5/2025 32 13 13 Mix Design Liquid Stone C451D 4500 psi 3-5" Slump; 3-6% Air 11/2/2022 32 13 13 Mix Design Martin Marietta R2146N35 4500 psi 3-5" Slump; 3-6% Air 8/4/2023 32 13 13 Mix Design Martin Marietta R2146R36 4500 psi 3-5" Slump; 3-6% Air 11/2/2022 32 13 13 Mix Design Martin Marietta R2146N36 4500 psi 3-5" Slump; 3-6% Air 5/22/2023 32 13 13 Mix Design Martin Marietta R2146K37 4500 psi 3-5" Slump; 3-6% Air 12/22/2023 32 13 13 Mix Design Martin Marietta R2146R44 4500 psi 3-5" Slump; 3-6% Air 12/22/2023 32 13 13 Mix Design Martin Marietta R2146K44 4500 psi 3-5" Slump; 3-6% Air 11/15/2022 32 13 13 Mix Design Martin Marietta R2146P36 4500 psi 3-5" Slump; 3-6% Air 11/15/2022 32 13 13 Mix Design Martin Marietta R2146K36 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2147241 4500 psi 3-5" Slump; 4.5-7.5% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2146236 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2146036 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2146242 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2146042 4500 psi 3-5" Slump; 3-6% Air 6/3/2025 32 13 13 Mix Design Martin Marietta R2146K43 4500 psi 3-5" Slump; 3-6% Air 10/4/2023 32 13 13 Mix Design NBR Ready Mix CLS P2-YY 4500 psi 3-5" Slump; 3-6% Air 10/4/2023 32 13 13 Mix Design NBR Ready Mix CLS P2-NY 4500 psi 3-5" Slump; 3-6% Air 7/10/2023 32 13 13 Mix Design Osburn 45A60MR 4500 psi 3-5" Slump; 3-6% Air 1/24/2023 32 13 13 Mix Design Rapid Redi Mix RRM6320AHP 4500 psi 3-5" Slump; 3-6% Air 2/7/2025 32 13 13 Mix Design SRM Concrete 45023 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design SRM Concrete 45000 4500 psi 3-5" Slump; 3-6% Air 5/23/2025 32 13 13 Mix Design SRM Concrete 45300 4500 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design SRM Concrete 45350 4500 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design SRM Concrete 45850 4500 psi 3-5" Slump; 3-6% Air 10/18/2024 32 13 13 Mix Design SRM Concrete 45050 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6020AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW60AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete TCFW6020AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Titan Ready Mix TRC4520 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0260.2301 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0265.2301 4500 psi 3-5" Slump; 3.5-6.5% Air 9/9/2022 32 13 13 Mix Design True Grit Redi Mix 270.230 4500 psi 3-5" Slump; 3-6% Air 6/12/2025 32 13 13 Mix Design True Grit Redi Mix 465.230H 4500 psi 3-5" Slump: 3-6% Air 6/23/2025 32 13 13 Mix Design True Grit Redi Mix 365.230H 4500 psi 3-5" Slump: 3-6% Air 10/9/2024 32 13 13 Mix Design Wildcatter 4520AI 4500 psi 3-5" Slump; 3-6% Air ...Concrete (Continues) Page 3 of 6 !!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!! Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 7/31/2025 Class HES (High Early Strength Paving) 9/9/2022 32 13 13 Mix Design Big D Concrete 14500AE 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 370-1NC 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 375-NC 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 370-NC 4500 psi 3-5" Slump; 3-6% Air 1/18/2023 32 13 13 Mix Design Cow Town Redi Mix 380-NC 4500 psi 3-5" Slump; 3-6% Air 1/29/2024 32 13 13 Mix Design Estrada Ready Mix 4575AESC 4500 psi / 3000 psi @ 3 days 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc.2125 5000 psi 3-5" Slump; 3-6% Air 1/24/2023 32 13 13 Mix Design Liquid Stone C451DHR-A 4500 psi 3-5" Slump; 3-6% Air 4/7/2023 32 13 13 Mix Design Martin Marietta R2161K70 6000 psi / 3000 psi @ 24hr.3-5" Slump; 3-6% Air 2/10/2023 32 13 13 Mix Design SRM Concrete 50310 5000 psi 3-5" Slump; 3-6% Air 2/7/2025 32 13 13 Mix Design SRM Concrete 40326 4500 psi / 3000 psi @ 3 days 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6520AMR 4500 psi / 3000 psi @ 3 days 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW7520AMR 4500 psi / 3000 psi @ 3 days 3-5" Slump; 3-6% Air Class S (Bridge Slabs, Top Slabs of Direct Traffic Culverts, Approach Slabs) 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 365-STX 4000 psi 3-5" Slump; 3-6% Air 1/29/2024 32 13 13 Mix Design Estrada Ready Mix R4060AEWR 4000 psi 4-6" Slump; 3-6% Air 5/3/2023 32 13 13 Mix Design Martin Marietta M7842344 4000 psi 3-5" Slump; 4.5-7.5% Air 4/1/2023 32 13 13 Mix Design Martin Marietta R2146P33 4000 psi 3-5" Slump; 3-6% Air 4/15/2024 32 13 13 Mix Design NBR Ready Mix TX S-NY 4000 psi 3-5" Slump; 3-6% Air 4/15/2024 32 13 13 Mix Design NBR Ready Mix TX S-YY 4000 psi 3-5" Slump; 3-6% Air 4/5/2025 32 13 13 Mix Design SRM Concrete 40850 4000 psi 3-5" Slump; 3-6% Air 4/5/2025 32 13 13 Mix Design SRM Concrete 40350 4000 psi 3-5" Slump; 3-6% Air 5/5/2023 32 13 13 Mix Design SRM Concrete D100008553CB 4000 psi 3-5" Slump; 3-6% Air Concrete Base Trench Repair 4/1/2023 03 34 16 Mix Design Burnco Texas 10YH50BF 1000 psi Flowable; 8.5-11.5% Air 9/9/2022 03 34 16 Mix Design Burnco Texas 08Y450BA 800 psi 5-7" Slump; 3-6% Air Controlled Low Strength Material (Flowable Fill) 2/7/2025 03 34 13 Mix Design Burnco Texas 01Y690BF 100 psi Flowable; 9.5-11.5% Air 5/19/2025 03 34 13 Mix Design Burnco Texas 01Z180AF 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 Design 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 Design Cow Town Redi Mix Mix# 9 70 psi 7-9" Slump; 8-11% Air 5/12/2025 03 34 13 Mix Design Holcim - SOR, Inc.3741 100 psi Flowable; 12.0-24.0% Air 10/4/2023 03 34 13 Mix Design 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 4/1/2023 31 37 00 Mix Design Martin Marietta R2141030 4000 psi 3-5" Slump; 3-6% Air 4/1/2023 31 37 00 Mix Design Martin Marietta R2146033 4000 psi 3-5" Slump; 3-6% Air Asphalt Paving 9/9/2022 32 12 16 Mix Design Austin Asphalt FT5B117965 FT5B117965 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B139965 FT1B139965 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B117.2 FT1B117.2 PG64-22 Type B Fine Base 5/1/2024 32 12 16 Mix Design Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type B Base Course 9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1112B 1112B PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1612B 1612B PG64-22 Type B Fine Base 4/4/2025 32 12 16 Mix Design Reynolds Asphalt 2315B 2315B PG64-22 Type B Fine Base 12/5/2022 33 12 16 Mix Design Sunmount Paving 3076BV6422 3076BV6422 PG62-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Sunmount Paving 341-BRAP6422ERG 341-BRAP6422ERG PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 37-211305-20 37-211305-20 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 44-211305-17 44-211305-17 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 211305 (1757)211305 (1757) PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 64-224125-18 PG 64-224125-18 PG70-22 Type D Fine Surface 4/1/2024 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 ...Concrete (Continues) Page 4 of 6 !!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!! Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 7/31/2025 Silicone Joint Sealant 9/9/2022 32 13 73 Joint Sealant Dow 890SL 890SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 9/9/2022 32 13 73 Joint Sealant Tremco 900SL 900SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 9/9/2022 32 13 73 Joint Sealant Pecora 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 33 05 10 Embedment Sand Silver Creek Materials Utility Embedment Sand ASTM C33 9/9/2022 33 05 10 Embedment Sand Crouch Materials Utility Embedment Sand ASTM C33 9/9/2022 33 05 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33 9/9/2022 33 05 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33 9/9/2022 33 05 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 33 05 13 Manhole Frames and Covers AccuCast (Govind Steel Company, LTD)MHRC #220605 MHRC #220605 (Size - **24" Dia.)ASTM A48 AASHTO M306 9/28/2018 33 05 13 Manhole Cover Neenah Foundry NF-1274-T91 NF-1274-T91 (Size - 32" Dia.)ASTM A48 AASHTO M306 9/28/2018 33 05 13 Manhole Frames and CoversNeenah Foundry NF-1743-LM (Hinged)NF-1743-LM (Hinged) (Size - 32" Dia.)ASTM A48 AASHTO M306 9/28/2018 33 05 13 Manhole Frame Neenah Foundry NF-1930-30 NF-1930-30 (Size - 32.25" Dia.)ASTM A48 AASHTO M306 9/28/2018 33 05 13 Manhole Frames and CoversNeenah Foundry R-1743-HV R-1743-HV (Size - 32" Dia.)ASTM A48 AASHTO M306 4/3/2019 33 05 13 Manhole Frames and CoversSIP Industries ++2279ST 2279ST (Size - 24" Dia.)ASTM A48 AASHTO M306 4/3/2019 33 05 13 Manhole Frames and CoversSIP Industries ++2280ST 2280ST (Size - 32" Dia.)ASTM A48 AASHTO M306 10/8/2020 33 05 13 Manhole Frames and CoversEJ ( Formally East Jordan Iron Works)EJ1033 Z2/A EJ1033 Z2/A (Size - 32.25" Dia.)ASTM A536 AASHTO M306 3/8/2024 33 05 13 Curb Inlet Covers SIP Industries ++2296T 2296T (Size - ***24" Dia.)ASTM A48 AASHTO M306 6/18/2024 33 05 13 Curb Inlet Covers SIP Industries ++2279STN 2279STN (Size - 24" Dia.)ASTM A48 AASHTO M306 Storm Sewer - Inlet & Structures 33-05-13 10/8/2020 33 49 20 Curb Inlets Fonterra FRT-10x3-405-PRECAST** (Size - 10' X 3')ASTM C913 10/8/2020 33 49 20 Curb Inlets Fonterra FRT-10x3-406-PRECAST** (Size - 10' X 3')ASTM C913 10/8/2020 33 49 20 Curb Inlets Fonterra FRT-10x4.5-407-PRECAST** (Size - 10' X 4.5')ASTM C913 10/8/2020 33 49 20 Curb Inlets Fonterra FRT-10x4.5-420-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-5X5-410-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 6')ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-6X6-411-PRECAST-BASE (Size - 6' X 6')ASTM C913 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-10X3-405-PRECAST INLET** (Size - 10' 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 Pipe Group TPG-20X3-405-PRECAST INLET** (Size - 20' X 7')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST TOP (Size - 4' X 4')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST BASE (Size - 4' X 4')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-412-PRECAST 4-FT RISER (Size - 4' X 4')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST TOP (Size - 5' X 5')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST BASE (Size - 5' X 5')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-412-PRECAST 5-FT RISER (Size - 5' X 5')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST TOP (Size - 6' X 6')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST BASE (Size - 6' X 6')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-412-PRECAST 6-FT RISER (Size - 6' X 6')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST TOP (Size - 7' X 7')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST BASE (Size - 7' X 7')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-412-PRECAST 4-FT RISER (Size - 7' X 7')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST TOP (Size - 8' X 8')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST BASE (Size - 8' X 8')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-412-PRECAST 5-FT RISER (Size - 8' X 8')ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-4X4-408-PRECAST INLET (Size - 4' X 4')ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-5X5-408-PRECAST INLET (Size - 5' X 5')ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-6X6-408-PRECAST INLET (Size - 6' X 6')ASTM 615 8/28/2023 33 49 10 Manhole Oldcastle Precast 4' x 4' Stacked Manhole (Size - 4' X 4')ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box (Size - 5' X 8')ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 4' x 4' Storm Junction Box (Size - 4' X 4')ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 5' Storm Junction Box (Size - 5' X 5')ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 6' x 6' Storm Junction Box (Size - 6' X 6')ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 8' x 8' Storm Junction Box Base (Size - 8' X 8')ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' 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 **Note: All new development and new installation manhole lids shall meet the minimum 30-inch opening requirement as specified in City Specification 33 05 13. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers. Page 5 of 6 !!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!! Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 7/31/2025 8/28/2023 33 39 20 Curb Inlet 10 'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 15 'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 20' x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-16 1/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (4' X 4')ASTM C913 1/12/2024 33 49 20 Drop 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 10x3 Precast** (Size 10' x 3')ASTM C913 7/16/2024 33 49 20 Curb Inlets AmeriTex Pipe &Products 15x3 Precast** (Size 15' x 3')ASTM C913 Storm Sewer - Pipes & Boxes 33-05-13 4/9/2021 33 41 13 Storm Drain Pipes Advanced Drainage Systems, Inc. (ADS)ADS HP Storm Polypropylene (PP) Pipe (Size - 12" - 60")ASTM F2881 & AASHTO M330 8/28/2023 33 41 10 Storm Drain Pipes Rinker Materials Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Size - 21" or larger)ASTM C76, C655 8/28/2023 33 41 10 Culvert Box Rinker Materials Reinforced Concrete Box Culvert (Sze - Various)ASTM C789, C850 10/12/2023 33 41 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 34 41 10 Culvert Box AmeriTex Pipe &Products Reinforced Concrete Box Culvert (size - Various))ASTM C1433,C1577 10/18/2023 35 41 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 33 41 10 Culvert Box The Turner Co.Reinforced Concrete Box Culvert (size - Various)ASTM C1433,C1577 4/12/2024 33 41 10 Storm Drain Pipes Thompson Pipe Group Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various)ASTM C76, C506 6/25/2024 33 41 10 Culvert Box Oldcastle Reinforced Concrete Box Culvert ASTM C1433,C1577 6/25/2024 33 41 10 Storm Drain Pipes Oldcastle Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various)ASTM C76, C506 ….Storm Sewer - Inlet & Structures Continues (1-29-2025) Removed Argos, Ingram, Redi-Mix, Charley's (4-3-2025) Bigtown Concrete updated Mix ID's **Note: Pre-cast inlets are approved for the stage I portion of the structure (basin) only. Stage II portion of the structure are required to be cast in-place. No exceptions to this requirement shall be allowed. Revision Comments (4-5-2025) 03 34 13 CLSM specification Page 6 of 6 FORT WORTH� IApprovall � I I oz za 9� � 04/26/00 � M:26 00 � 1:26 99 � 5/13/OS � � I I uze 99 � osi3nioe � � I � * � � � ' � " � 08/24/18 � 08/24/18 � � � � � 10/31/06 � 7/25/03 � �I/31/06 I 11/02/10 � �7/19/11 � �8/10/11 I10.14.13 � o�oui� � 12 05 23 I09;' 16;' 19 � 10;'0721 � � � * � * � * � * � 03;'08.'00 � 04;20;'01 � � � * � * � 0923/96 � 12/0523 � OS/08/18 I09/0324 � 06/09/10 � 09/06/19 � 10/0721 � 10;'0721 � 10;'0721 I�3/07/23 � 03/07/23 � 04�2R�f17 � I122923 I � � � * � 04.23;'01 � � 4ZQ'01 � 5;'12'03 � 08.30;'06 � SpecNo. �Classsification CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Manufacturer I Model No. Water & Sewer - Manholes & Bases/Comoouents 33-39-10 (Rev 2/3/161 33 OS 13 Urechane Hvdrouhilic Wucersroo 33 OS 13 OHsec Joinc for 4' Dium. MH 33 OS 13 Profile Q�vke[ fi� 4' Dium. MH. 33 OS 13 HDPB Munhole Adiuvnnent Rin� 33 0513 Munhule Lxternul Wrup Water & Sewer - Manholes & Bases/Fiberelass 33-39-13 (1/8/131 33 39 13 Fiberrlass Manhole Pluid Conruinment, Ine. 33 3913 Fiber�lxss Mnnhole L.F. Mnnufacturin� Asahi Kuevu K.K. Adeku Ultru-Seal P-201 Hanson Cuncrete Products Drawinr Nu. 35-0048-001 Press-Seal Gasket Corp. 250-4G Gasket Ladtech, Inc HDPL Adiusnnent Rinr Cunuvu - CPS WrapidSeal Manhole Encnpsulatiun Svstein Water & Sewer - Manholes & Bases/Frames & Covers/Rectaueular 33-OS-13 (Rev 2/3/161 33 05 13 �Mnnhole Prnmen and Cove+'s � Wevtem Iron Works, Bnss & Havv Foundry � Water & Sewer - Manholes & Bases/Frames & Covers/Staudard (Roundl 33-OS-13 (Rev 2/3/161 33 OS 13 Manhole Prames and Covers Wevtem Iron Works, Bass & Havv Foundry 33 OS 13 Manhule Frx�nes nnd Covers McKinlev Iron Works Inc. 33 OS 13 Manhole Prnmes and Covers Neenah Foundry 33 OS 13 Mnnhole Prnmev and Covers Neenah Foundry 33 OS 13 Mxnhule Frxme�s nnd Covers Si�nnn Curuuraciun 33 OS 13 Mxnhule Frxme�s nnd Covers Si�nnn Curuuraciun 33 OS 13 Mxnhule Frxme�s nnd Cove+'s PunaA-Moussun 33 0513 Mxnhule Frxme�s and Cove+'s Neennh Cnsnne Flowtite INational Spec ASTM D2240�U412/D792 ASTM G443� C-367 IASTM 3753 iooi i 30024 A24AM R-1272 ASTM A48 & AASHTO M306 NF 1274 ASTM A48 & AASHTO M306 MH-144N MH-143N GTS-STU 33 OS 13 Mxnhule Frxmev und Covers (Hin�edl Powerseal Hin�ed Ductile Iron Manhole 33 OS 13 Mxnhule Frxmev und Covers SainaGubuin Pipelines (Pnmre.r/re.rus) RE32-RRFS 33 0513 30" Dia. MH Rine and Cuve� Euec.lu�dan I�on Works V1432-2 nnd VI483 Deei�ns 33 OS 13 30" Uiu. MH Rin� and Cuver Si�nnu Curpuratiun MHI651 FWN & MHI6502 33 0513 30" Uiu. MH Rin� and Cuver Star Pipe Products MH32FTWS5-DC 33 OS 13 30" Uiu. MH Rin� nnd Cuver Aw;ucavt 220700 Heuvv Dutv with Guvket Rinr 33 OS 13 30" Dia. MH Rine and Cuve� (Hineed & Luckuble) 34 OS 13 30" Diu. MH Rine und Cove� (Loekuble) CI 34 OS 13 30" Dia. MH Rin� und Cuver (Hin�ed & Luckublel CI 33 OS 13 30" Dia. MH Ring and Cover 340513 30"Dia. MHRingandCover EnstJordnn Iron Wurks SIP Induvnies SIP Indusnies Comnosi[e Access ProAuc[s, L.P. Trwnbull M11anufac[urin¢ 30" ERGO XL Assembly with Cain Luck.MPIC'T-Gasket 2280132"1 4267 WT - Hin�ed (32"1 CAP-ONE-30-FTW, Composi[e, w.' Lock w!o Hin¢ 32"(30") Fraine and Cover Water & Sewer - Manholes & Bases/Frames & Covers/Water Tieht & Pressure Tieht 33-OS-13 (Rev 2/3/161, 33 OS 13 Manhole Prames and Covers Pon[-A-Mousson Pam[i¢h[ 33 OS 13 Manhole Frames and Covers Neenah Cas[in¢ 33 OS 13 Manhole Frames and Covers Wes[ern Iron �Vorks,Bass & Hays Foundry 300-24P 33 OS 13 Manhole Frames and Covers McKinlev Iron Works Inc. WPA24AM 33 OS 13 Manhole Prames and Covers Accucas[ RG2100 33 OS 13 Manhole Prames and Covers (SIP)Seramnore Indusnies Private Ltd. 300-24-23.75 Ring and Cover Water & Sewer - Manholes & Bases/Precast Concrete f iev 1/8/131, 333910 Manhole,Precas[Concre[e HydroCondui[Coro 33 39 10 Manhole, Precas[ Concre[e �Vall Concre[e Pioe Co. Inc. 33 39 10 Manhole, Precas[ Concre[e Concrete Produc[ Inc. 33 39 10 Manhole, Precas[ Concre[e The Turner Comoany 33 39 10 Manhole, Precas[ Concre[e The Turner Comoany 33 39 10 Manhole, Precas[ Concre[e 33 39 10 Manhole, Precas[ (ReinforcrA Polymer)Conn'ete 333920 Manhole,Precas[Concre[e 323920 Manhole,Precas[Concre[e 33 39 20 Manhole, Precas[ (Reinforced Polymer) Concre[e 33 39 20 Manhole, Precas[ (Hybrid) Pol�nner & PVC 333920 Mxnhole,PrecnstCuncrete 33 3920 Manhole, Precast (Reinfurced Polvinerl Cunerete Manhule, Precast (Reinfurced Polvinerl Cunerete Sewer -fR'ACI; Wastewater Access Chamber 33 39 40 33 39 20 I Wastewater Access Chamber Oldcas[le Precas[ Inc. US Comoosi[e Pine For[erra PiVe and Precast For[erra PiVe and Precast Annorock Geneva Pioe and Precas[ (Predl Sys[ems) AmeriTe.r Pipe nnd Productn, LLC P3 Polhners, RuckHardsco Amitech USA Ouickscream Solucions, Inc Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious EI-14 Manhole Rehab Sys[ems Quader EI-14 M1lanhole Rehab Systeins StanAard Cemenc M1laterials,Inc. EI-14 Manhole Rehab Sys[ems APiM Permaform EI-14 Manhole Rehab System Scron� Comoam� EI-14 Manhole Rehab Sys[em (Liner) Triolex Lininz Sys[em General C'onae[e ReV�ir FlexKre[e TechnoloRies SPLItem `W9 48" I.D. Manhole w/ 32" Cone 72" I.D. Manhole w/ 32" Cone 48", 60" I.D. Manhole w/ 32" Cone Mannole, it" upeiiiiigana Nla[top, (No Transi[ion Cones) Reintorced Pol��ner C'oncre[e 60" & 72" I.D. Manhole w/32" Cone 4S" I.D. Manhole w.32" Cone 4S" 3a 60" I.D. Manhole w/32" Cone 4S" 3a 60" I.D. Manhole w/32" Cone 48" & 60" I.D. Munhole wi32" Cone 48" & 60" I.D. Manhole w� 32" Cone Mever Pol�cre[e Pioe TyVe 8 Maintenace Shafi (P000i�l Reliner MSP Stron¢ Seal M52A Rehab Sys[em MH reVair uroduc[ ro s[oV infiln'a[ion Vinyl Polyes[er ReVair Product ASTM A536 AASHTO M306-04 ASSHTO M105 & ASTM A536 ASTM A 5R ASTM A 5R ASTM A 4S ASTM A 4S ASTM C 478 ASTM C'-443 ASTM C 478 ASTM C 478 ASTM C 478 ASTM C 478 ASTM ( -76 ASTM ( -76 ASTM ( -77 ASTM G478; ASTM C-923; ASTM G443 ASTM DSN13 Updated: 11-6-24 Size I � I I � SSMH I TruN"icundNon-nuN"icurea � � � Non-traN"icnreN � N��-na��a�eN I � 24"x40" WD � � � 24" Uin. � 24" Uin. � 24" Uin. � 30" Din. � � � 24" din. � 24" din. � 24" Uin. � 30" Din. � 30" Dia. � 30" Dia � 30" Dia � 30" Dia � 30" Dia � 30" Diu. � 30" Dia. � 30" Dia. I 30" Dia. � � � 24" Dia. I 24" Dia. � 24" Dia. � 24" Dia. � 24" Dia. � 24" Dia. � � � 48" � 48" � 48" w/32" cone � 72" � 48", 60" � 4S" ro S4" I.D. I 48" m 72" � eo�e�z � 48" � 4S" & 60" � 48" & 60" Non Trafiic Areas I I � � � Por use when Scd. MH cannot be I ins[alleA Aue ro Aeo�h � � � � � � � Viisc.l;se I � " From Original Standard Products List FORT WORTH� CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST IApproval SpecNo. IClasssification I Manufacturer � R'ater & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious � 05.20;'96 EI-14 Manhole Rehab Sys[ems Surayroq, � 12/14/01 Cua[in� fur Currusiun orotec[ion(Lxrerior) ERTLCH � 01/31/06 Cunrines fur Currusiun Prorecrion Chescerron I8:28:2006 Cuntinks fur Currusiun Prorection Wurren Emironinental I I33 0516, 33 3910, 03/19/18 333920 Cuurinefo�Cu�rueiunurorecnon(Exte�ior) 3he�winWilhume � � Water & Sewer - Manhole Inserts - Field Ooerations Use Onlv (Rev 2/3/161 � * 33 0513 Manhole Inrerc Knutwon Encuudres � "' 33 0513 Manhole Invert Suuth Wevtern Packa�inr � "' 33 0513 Manhule Invert Nofluw-Influw � �9/23/96 33 OS 13 Mxnhule Invert Suuthwestern Pxckin� & Seals, Inc. � �9/23/96 33 OS 13 Mxnhule Invert Suuthwestern Pxckin� & SeHls, Inc. � � Water & Sewer - Pioe Casine Soacers 33-OS-24 (07/Ol/131 � i uoaioz sreei eb�d cay��; sPb�e�y nd�H��ed P��d���s H�d sys�e�„y, i��. IO2/02/93 Sruinless Steel Cusino Spacer Advanced Pruducts and Syste�ns, Ine. IfM/22/87 Cusing 3puce�s Cuswde Wute�wo�ke Munufacmnno I 09/14/10 Sruinless Steel Cusmo Spacer Pipeline Seal und Insuluror I 09/14/10 Cuated Steel Cusin Spucers Pipeline Seal und Insuluror IOS/1N11 Sruinless Steel Cusino Spacer Powerveal 03;'19;'18 CasingSparers BWM 03;'19;'18 CasingSparers BWM I03.29.22 33 OS 13 Casing Sparers CCI Pipeline Systems I09;'0324 33 OS 13 Casing Sparers Raci (Coinpletely HnPP.) � � Water & Sewer - Pioes/Ductile Iron 33-11-10(1/8/131 � � "' 33 1 I 10 Uuctile Iron Pipe GriN"in Pipe Pruducts, Cu. � 08i24/18 331I 10 Ducnlelron Pipe Ainerican Ducnlelron PipeCo I 08.24 18 33 1 I 10 Ductile I�on Pipe Americun Ductile I�on Pipe Co. I ° 33 1 I 10 Uuctile Iron Pipe U.S. Pipe and Puundry Co. I * 33 1 I 10 Uuctile Iron Pipe McWune Cust Irun Pipe Cu. � I ( Water & Sewe i- Utilitv Line Marker (08/24/20181 I � � Sewer - Coatin as/Eooxv 33-39-60 f01/08/131 � o2z5;o2 enoxv �ininz syscem sauereisen, inc � 12/14/01 Enory Linin¢ Svsrem Er[ech Technical Coa[in¢s � 04/14/OS In[erior Duc[ile Iron Pine Coa[in¢, Induron � 01/31/06 Coa[in¢sforCoiTosionProtection Ches[erton � 8l28l2006 Coann¢s for CoiTosion Protecnon �Varren Environmental � � ISewer - Coatin�s/Polvurethane I � � � ISewer - Combination Air Valves I � 05.25;'13 33-31-70 Air Release Valve A.R.I. USA, Inc. � � � Sewer - Pioes/Concrete � * EI-(14 Conc. Pioe, Reinforced Wall Concre[e Pioe Co. Inc. � * EI-(14 Conc.Pioe,Reinforced HydroCondui[Corooranon I* EI-(14 Conc Pioe, Reinforced Hanson Concre[e Products � * EI-04 Conc. Pioe, Reinforced Concrere Pioe & Products Co. Inc. � � Sewer - Pioe Eularement Svstem fMethodl33-31-23 (Ol/18/131, I PIM Sys[em PIM Cornora[ion IMd'onnell Sys[ems McLa[ Cons[ruc[ion � TRS Sys[ems Trenchless Renlacemen[ Sys[em � � Sewcr - Pioe/Fiberelass Reinforced/33-31-13(1/8/131, � 7.21�97 333113 CentCas[Fiberglass(PRP) HobasPiVeUSA,Inc. � 03.22'10 333113 FiberglassPiVe(FRP) Ameron � 04;'09.21 33 31 13 Glass-Fiber Reinforced Polviner Pioe (PRP) Thomnson Pioe (irouo I03;'07.23 333113 FiberglassPipe(FRP) FuturePipelndustries 09;'03.24 33 31 13 Fiberglass Pipe (FRP) Superli[ Boru Sanayi A 5 � Model No. SV�'ay W'all Polwre[hane Coa[ine, Series 20230 and 2100 (Asphutic Linulsion) Arc 791, SIHB, SI, S2 saoi H�a nnaoi RR&C Dampproofing Nun-Fibered Sprny 6rude (Arahu[i¢ 8muleloo) Mnde ro Order - Plasnc Mnde ro Order - Pluvoc Mnde ro Order - Pluvoc LifeSnver - Srxinless Steel TetherLok - Stninless Steel Cnrbon Steel Spucers, Mudel SI Sminless Steel Spucer, Mudel S51 Cusin� Spacers Sminless Steel Cusin� Spacer Cuared Steel Cusino Spacers 4810 Powerchock SS-12 Casing Sparer(Stainless Steeq Fe-12 Cusin� Spacer (Couted Carbun Steel) for Nonyressure Pipe and Gruuted Cusino C'SC' 12, C'5512 Per Munufneturers Requirements (Sewer Applications' Only) Super Bell-Tite Ductile Iron Pressure Pipe, Ainerican Fastite Pipe (Bell Spi�p[) Ainericun Plcv Rino (Restruined Juint) SewerCiard 210R5 Ertech 2030 and 2100 Series Pro[ec[o 401 Arc7Jl, SIHB, 51, 52 5-301 and M-301 National Spec ASTM D639/D790 Acid Resiscance Test ASTM D 1248 ASTM U 124R ASTM U 124R AW'W'A CI50, CI51 AW'W'A C'I50, C'I51 AWWACI50,C151 AWWACISO,C151 AWWA CI50, C151 LA Counry #210-1.33 ASTM B-I 17 Ac�iA Resis[ance Tes[ D025LTP02(ComoositeBody) I ASTM C76 Class III T&(i, SPL I[em #77 ASTM C 76 �.cm-.r_ '_",._'s,""" ":9e ASTM C76 ASTM C76 Polye[hylene PIM Corn.. Piscata Way, N.7. Polye[hylene Housron, Texas Polyechvlene Calzary, Canada Hobas Pioe (Non-Pressure) Bondstrand RPMP Pine Thoinoson Pine (Flown[e) FiberstronR PRP Superlrt FRP ASTM D3262/D3754 ASTM D3262/D3754 ASTM D3262/D3754 ASTM D3262, ASTM D3681, ASTM D4161, AWWA M45 ASTM D3262, ASTM U3517, ASTM 3754, AW WA C950 Updated: 11-6-24 Size I I � Snuc[ures Onlv � $EwL� AppliCfl[iUn9 I $EwL� AppliCfl[iUn9 I I Fo� ex�e��o� cobe�=ore����e�e I Snuc[ures Onlv � � Fo� za^ a�n. I For 24" din. � For 24" din. � For 24" diu. � For 24" diu � � � � � � Up ro 48" � Up ro 48" � Up ro 48" � I 8" - 12" (Sewer Only) I � � � 3" thru 24" � 4" thru 30" � 4" chru 30" I � � � I � � � � � Duc[ile Iron PiVe Only I Sewer Aonlica[ions � Sewer Aonlica[ions � � � � � � 2" I � � � � � � � � � AonroveA Previously � AonroveA Previously � AonroveA Previouslv � � � � � � I � " From Original Standard Products List 2 FORT WORTH� IApproval SpecNo. IClasssification � Sewer - Pioe/Po�vmer Pioe � 4;'14;'OS Pol�ner Modified Concre[e Pioe � 06;'09;'10 EI-9 Reinforced PolNner Concre[e Pioe � � Sewer - Pioes/HDPE 33-31-23(1/S/131 � * Hizh-densicyoolvechvleneo�ne � * Hizh-densicyoolvechyleneo�ne � * Hi¢h-densiryoolvechyleneoiue � Hizh-densicy oolvechylene o�ne � � �Sewer - Pioes/PVC (Pressure Sewerl 33-ll-12 (4/1/132 I 12/02/I I 33-I I-12 DR-14 PVC Pressure Pipe I IOi22/14 33-I I-12 DR-14 PVC Pressure Pipe � � Sewer - Pioes/PVC* 33-31-20 (7/1/131 � * 33-31-20 PVCSewerPioe � 1223�97* 33-31-20 PVC Sewer Pioe � * 33-31-20 PVCSewerPioe � 12'0523 33-31-20 PVCSewerPioe � 12/0523 33-31-20 PVC Sewer Pioe � * 33-31-20 PVC Sewer PiQ I OS/06/OS 33-31-20 PVCSoIidWa��ePipe I IM.�Z�.��6 33-31-20 PVCSewerFi[nngs � � 33-31-20 PVCSewerFi[nngs � 3/19i2018 33 31 20 PVC Sewer Pioe � 3/19i201S 333120 PVCSewerP�e � 3i29i2019 33 31 20 Gasketed Fimngs (PVC� � IOi21i2020 33 31 20 PVC Sewer Pioe � I Oi22i2020 33 31 20 PVC Sewer Pioe � I Oi21 i2020 33 31 20 PVC Sewer Pioe � � CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Manufacturer Ami[ech USA US Comoosrte Pine Model No. Meyer Polycre[e Pioe Reinforced Polymer Concre[e Pioe Phillins Driscoo�ne, Inc. Plexco Inc. Polly Pine, Inc. CSR HyAro C'onduiuPioeline Sys[ems Pipelife 7e[stream Royal BuilAmg ProAucts 7-M Manufac[urin¢ Co., Inc. (7M Ea¢le) Diamond Plas[ics Corooranon Lamson Vylon Pioe Vinyl[ech PVC Pioe Vinyl[ech PVC Pioe J-M Manufac[urii�,n,Co, Inc. (JM Ea¢le) DiamonA Plasncs Corporanon Harco Plasnc Trends, Inc.(Westlake) Pioelite 7e[ Sneam Pioelite 7e[ S[ream (iPK ProAuc[s,lnc�. NAPCO(Wes[lake) SanAerson Pioe C'orV NAPCO(Wes[lake) Oo��rore Ducnle Polyethylene Pioe McConnell Pine Enlargemen[ P\'C Pressure Pipe Royal Seal PVC Pressure Pipe SDR-26 (PSI IS) SDR-26 (PSI IS) SDR-26 (PSI IS) SDR-26 (PSI IS) (iraviry Sewer PS I I S PS I IS PS I IS SDR-26 (PS I IS) (iasket Fittin¢s (iasketed PVC Sewer Main Fittine,s SDR 26 (PS I IS) SDR 2G SDR 2G SDR 2G SDR 2G SDR 2G PS I IS National Spec ASTM C33, A276,F477 ASTM ( -76 ASTM D 124K ASTM D 124N ASTM D 124K ASTM D 124K A W W A C900 AWWA(900 ASTM D 3034 ASTM D 3034 ASTM D 3034 ASTM11 D3034 ASTM F G79 ASTM F G79 ASTM P-679 ASTM D-3034, D-17K4, etc ASTM D 3034 ASTM FG79 ASTM17 D3034 ASTM11 D3034 ASTM D3034 ASTM17 D3034 ASTM P-679 Updated: 11-6-24 Size 8" m 102"_Clavv V 3"[hru 12" 4"[hru 12" 4" - I S" 4"[hru 15" 4"[hru IS" 4"[hru IS" I K" IK"-28• is"ro4a� 4" - I S" I 8"- 24„ 4"- I S" 4"- I S" 4" - I S" 4"- I S'• I K"- 36" " From Original Standard Products List 3 FORT WORTH� IApproval Spec No. Classsification � R'ater - Auuur enances 33-12-10 (07/Ol/131, � 09;'03.24 33-12-10 DoubleSttaoSaddle � 01.'18.'18 33-12-10 DoubleSttaoSaddle � 08.28.'02 DoubleSnaoSaddle � 07.23;'12 33-12-10 DoubleSttaoService5addle 03/07/23 33-12-10 Duuble Snaa Service Suddle � 1N27/87 CurbSropv-BaIlMeterVulves 10.27.'87 CurbStoVs-Ball Me[er Valves ISi25i201S 33-12-10 CurbStoVs-Ball Me[er Valves � Si25i2018 33-12-10 Curb Srone-8ull Me[er Valves I5:25:2018 33-12-10 Curb Sropv-8all Meter Vulves � srzsrzois ss-iz-io a���srous-eauMere�vaives � 5.25.2018 33-12-10 Curb Srous-8nll Meter Vulves I5:25:2018 33-12-10 Curb Srops-8all Meter Vulves � � 01/2N00 Cuared Tuuuinr Suddle with Double SS Snaos � 0��5/21/12 33-12-25 Taou�n� SleevelCouted Sceeq � 03/29/22 33-12-25 Taon�n� SleevelCoured ur Sruinless Steel) � OS/1N11 Taon�n�5leevelSteinlessS[eell � 02/29/12 33-12-25 Taon�n� SleevelCouted S[eell � 02/29/12 33-12-25 Taon�n� SleevelSteinlevv S[eell � 02/29/12 33-12-25 Taon�n� SleevelSteinless S[eell � OS/1N17 Juint Repuir Clemp � Plus[ic Me[er Box w/Cu�nousite Lid � Plustic Me[er Box w/Cumousite Lid � 08/30/06 Plustic Meter Box w/Cumousire Lid � Cuncrete Meter 6ox � Cuncrete Meter 6ox � Cuncrete Meter 6ux � � Water - Bolts. � uts. aud Gaskets 33-11-OS (Ol/08/131 � None � Water - Combinafion Air Release 33-31-70 (Ol/08/131 I* EI-11 Cumbination Air Release Valve � * LI-11 Cumbinunon Air Release Valve � * LI-11 Cumbinunun Air Release Velve � � Water - Dry Barrel Fire Hvdrauts 33-12-40 (Ol/15/141 � �aous� e-i-iz o�va,��eiF��eHva�:,�c � 03/31/88 E-1-12 Dry 8arrel Fire Hvdrnnt � 09/3N87 E-1-12 Dry 6arrel Fire Hvdrunt � 01/12/93 E-1-12 Dry 6errel Fire Hvdrunt � �8/24/88 E-1-12 Dry 6errel Fire Hvdrunt � E-1-12 Dry 6arrel Fire Hydrunt I09/24/87 E-1-12 Dry 6arrel Fire Hydrunt I10;'14;'87 8-I-12 Dry Barcel Fire Hydran[ I01/15/88 EI-12 Dry 8arrel Fire Hydrnnt I 1N09/87 E-1-12 Dry 8arrel Fire Hydrnnt � 09/1N87 E-1-12 Dry 6arrel Fire Hvdrunt � 08/12/16 33-12-40 Dry 6arrel Fire Hvdrunt � � Water - Meters � 02 OS/93 E101 S Dete t (.h ek Met .' � oa osioa nn;,r er� o��e �°e�e�i r��n��e CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Manufacturer Ford Me[er Box Co., Inc. Romac Smith elair Mueller Comoany Powerseal McDonuld McDonalA Ford Me[er Box Co., Inc�. Ford Meter 8ux Cu., Inc. Ford Meter 8ox Co., Inc. Mueller Co., L[d. Muellu Cu., Ltd. Mueller Cu., Ltd. JCM Industries, Inc. JCM Indusniev,lnc. JCM Indusniev,lnc. Powerseal Roinn� Roinn� Roinnc Poweneal DPW Plustics Inc. DPW Plustics Inc. DPW Plustics Inc. 8u.v.v & Huye 8uss & Huys 8uss & Hays Model No. 2028 zozNs Nvio� coacea �317 Nylon Coated Double Sn�ao Saddle DR25 Double (SS) 5[rao DI Saddle 345pAS, InCI. COrp. Srop, Dbl Snap, Sruinle99 6100M,6100MT & 610MT 46038, 4604B, 6100M, 6100TM and 6101 M F6600-7NL, PBI600-7-NL, FV23-777-�V-NL, L22-77NL F8600-6-NL, FBI60�-6-NL, FV23-666-�V- NL, L22-66NL F8600-4-NL, F61600-4-NL, 811-444-1VR- NL, B22444-WR-NL, L28-44NL B-25000N, B-24277N-3, B-20200N-3, H- ISOOON„ H-1552N, H142276N 8-25000N, 8-20200N-3, B-24277N-3,H- 15000N, H-14276N, H-15525N e-25000N, B-20200N-3,H-ISOOON, H- 15530N d406 Double 6and SS Suddle 412 Tuuo�nr Sleeve ESS 415 Tuuo�nr Sleeve 3490A0 (Fluo„val & 3490MJ FTS 420 SST Stuinless Steel SST III Steinlerr Steel 3232 Bell Juint Repuir Clemp DFW37G12-1 LPAF FTW DFW39G12-1 LPAF FTW DFW65G14-1 LPAF FTW CMB37-8121118 LID-9 CM8-18-Uual 1416 LID-9 CMB65-665 1527 LID-9 I I Updated: 11-6-24 National Spec Size I"-2" SVC, unto 16" Pine nwwn caoo i"-2" svc, un ro 2a" rine AWWA ( K00 NSF ANSI 372 AWWA CK00 nwwn caoo nwwn caoo AWWA CK00, ANSF 61, ANSI.NSP 372 AWWA C800, ANSF 61, AN51� NSF 372 AWWA C800, ANSF 61, AN51� NSF 372 I"-2" SV (:, un to 24" PiVe I"-2" SVC, up to 21" Pipe� 3/4" and 1" I Y" and 2" Z• 1-I/2" �„ Z• 1-I/2" �„ A W W A G223 A W W A G223 A W W A G223 A W W A G223 A W W A G223 1"-2" Taos on uo �0 12" Uu ro 30" w/12" Ouc Cuncre[e Pioe Onlv 4"-8" and 16" U P ro 42" w/24" OU[ Up ro 24" w� 12" Out Uu ro 30" w/12" Ouc 4" ro 30" Clavv "A GA Industriev, Ine. Einpire Air nnd Vucuwn Valve, Model 935 ASTM A 126 Clavv B, ASTM A Mul[iolex Munufne[urin� Co. Crispin Air and Vacuum Vnlves, Mudel Nu. Valve and Priiner Curo. APCO #143C, #145C end #147C n�„e���a�-oa�r�� vbi�e Americun Durlin� Vulve CIOw COrpOranOn Ameiic.an AVK Compum CIOw COrpOrnnOn ITT Kennedv l%alve� M&H V&Ive Coinp&ny Mueller Comoany Mueller Cumpany U.S.Pipe & Poundry A�nancan Flow Connol (APC) eJ lBuet lorduo Iroo Wo�ke) AmeS CUmpdn� Henee Drnwin� Nue_90-18608,94-18560 Shop Druwin� No.94-18791 Shoo Druwinr No. D-19895 Mudel 2700 D�uwinee D20435, D20436,620506 Shou Druwin� No. D-80783FW Shoa Drawinr Nu. 13476 Shop Drawings No.G4Gl A-423 Cen[urion Shop Drawing FH-12 A-423 Super Centurion 200 Shoo Drawinr No.960250 Weterouv Pucer W667 WurerMavter SCD250 Model 1000 D t t (.h k Vnlve Mnenei c Drive �erneul ��&Z� 1.2�� ��� & Z�� �" z"&3" A W W A G502 A W W A G502 AW WA G502 AW WA G502 AW WA G502 AW WA G502 A W W A G502 AW'W'A C-502 A W W A G502 A W W A G502 A W W A G502 nwwn cssn A W W A C701. Cluee I a -im� 3y„_�„ " From Original Standard Products List 4 CITY OF FORT WORTH FORT WORTH� WATER DEPARTMENT STANDARD PRODUCT LIST IApprovall Spec No. I Classsification I Manufacturer I Model No. I National Spec � Water - Piues/PVC (Pressure R'eterl 33-31-70 (Ol/08/131, IA W W A C900, A W W A C605 12'05.23 33-I I-12 PVC Pressure Pine Vinvl[ech PVC Pioe DR14 ASTM DI784 IA W W A C900, A W W A C605 12'05.23 33-I I-12 PVC Pressure Pine Vinyl[ech PVC Pioe DR18 ASTM DI784 IA W W A C900, A W W A C605 09;'03.24 33-I I-12 PVC Pressure Pine Northern Pioe Produc[s DR14 ASTM DI784 IA W W A C900, A W W A C605 09;'03.24 33-I I-12 PVC Pressure Pine Northern Pioe Produc[s DR18 ASTM DI784 � 3/19i201S 331112 PVCPressurePine Pioelite7etStreain DR14 AW�VAC900 � 3/19i201S 331112 PVCPressurePine Pioelite7etStreain DRI8 AW�VAC900 � 5l25l2018 33 I I 12 PVC Pressure Pine Diamond Plasncs Corooration DR 14 AW�VA C900 5'25'2018 33 I1 12 PVC Preeeure Pipe Diamond Plurtic�v Co�po�ution DR 18 AWWA C900 A W W A (:900-16 12/6:2018 33 I1 12 PVC Pressure Pipe J-M Mnnufacturino Co., Inc d/Nu JM Euole DR 14 UL 1285 ANSI� NSF G I PM 1612 AWWA C900-16 12/6:2018 33 I1 12 PVC Pressure Pipe J-M Munufncturino Co., Inc NNa JM Ea�le DR 18 UL 1285 ANSI� NSF G I PM 1612 I 9/62019 33 I I 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Pusible PVC AWWA C900 I 9'6/2019 331112 PVCPressurePipe NAPCO(WesHake) DRIB AWWAC900 I 9/62019 331112 PVCPressurePipe NAPCO(Wes[lake) DR14 AWWAC900 I 9/6.2019 331112 PVCPressurePipe SandersonPipeCorp DR14 AWWAC900 � � Water - PioesNalves & Fittines/Ductile Irou Fittiu�s 33-11-ll (Ol/08/131 I 0723'92 EI-07 Uuctile Iron Fittinos Srnr Pipe Productv, Ine. Mechxnicul ,loint Pittinov A W WA CI53 & Cl 10 � * LI-07 Ductile Iron Fittin�s GriN"in Pipe Pruducts, Co. Mechanicul Joint Fittin�`s AWWA C 110 � * LI-07 Ductile Iron Fittin�s MeWane�Tyler Pipel Uniun Unlines Division Mechnnicul Joint Pimnos, SS6 C'luss 350 qWNrp C 153, C 110, C 111 � 08/11/98 EI-07 Duc[ile Iron Fittin�s Sikma, Cu. Mechnnicul Joint Pimnos, SS6 Cluss 351 qWNrp C 153, C 110, C 112 � 02/26/14 EI-07 MJFittin�s Accucast Class350G153MJFittinos pWWpC153 � OS/14/98 EI-07 Ductile Iron Joint Restrumts Pord Meter Box Co./Uni-Plan�e Uni-Flange Series 1400 pWWp CI11/C153 � OS/14/98 EI-24 PVC Juint Restruints Pord Meter Box Co./Uni-Plan�e Uni-Flange Series I500 Circle-Lock pWNrp CI11/C153 � 11/09/04 EI-07 Duc[ile Iron Juint Restruints One Bolt, Ine. One Bolt Revnained Joint FittinS qNrWq C111�CI16/C153 � 02/29/12 33-I1-I1 Duc[ile Iron Pioe Mechanicul Join[ Resnein[ EBAA Iron, Ine. Megaluo Seriev 1100 (fur DI Pipe) qNrWq C111�CI1NC153 � 02/29/12 33-I1-I1 PVC Pipe Mechanical Joint Resnaint EBAA Iron, Ine. Megaluo Seriev 2000 (fur PVC Pipe) qNrWq C111�CI1NC153 � 08/OS/04 EI-07 MechnniculJointRetainerGlunds(PVCI Sikma,Cu. SiomnOne-LukSLCA-SLCIO pWNrpCI1I/C153 � 03/ON19 33-I1-I1 MechnniculJointRetainerGlunds(PVCI Sikma,Co. Si�naOne-Lok5LC54-SLC512 pWWpClll/C153 � 08/OS/04 EI-07 Mechnnicul Joint Retainer Glunds(PVCI Sikma, Co. Siomn One-Luk SLCE pWWp CI11/C153 � 08/1N98 EI-07 MJFittin�s(DIP) Sikma,Cu. Si�naOne-LokSLDE pWWpC153 � 1 N12/10 EI-24 Interior Restruined Juint Svstem 5& B Techncial Pruducts gulldug System ( Dinmond Luk 21 & JM pSTM P-1624 � 08/16/06 EI-07 Mechnnicul Juint Pimnrs SIP Industries(Serampore) Mechnnicul Joint Pimnos pWWq CI53 � 1 I/07/16 33-I1-I1 Mechnnicul .luin[ Re[ainer Glunds Srur Pioe Producr�, Ine. PVC Srurorip Series 4000 ASTM A536 AW WA Cl I1 � 1 I i07i16 33-I1-I1 Mechnnicul Join[ Re[ainer Glunds Srur Pioe Producr�, Ine. DIP 5[nr� ip Series 3000 ASTM A536 AW WA Cl I1 IEZ Grip Juint Restrumt (LZD) 61ack Pur DIP 03/19/18 33-I1-I1 Mechanicnl Joint Retuiner Glunds 31P Induetriesl3e�ampu�a) ASTM A536 AW WA Cl I1 I 03;'19;'18 33-I1-I1 Mechanical 7oint Retainer (ilands SIP Industries(Serampore) EZ Grip Joint Resnaint (EZD) Red frrr C900 ASTM A536 AW WA CI I I DRI4 PVC Pipe I 03;'19;'18 33-I I-I I Mechanical 7oint Retainer (ilands SIP Industries(Serain EZ Grip Joint Resnaint (EZD) Red frrr C900 pore) DRIB PVC Pipe ASTM A536 AW WA CI I I Updated: 11-6-24 Size � 4"-IG" 16"-I K" 4"-16" 16"-I K" 4"-12„ 16"-24„ 4"-12„ I6"-24" 4"-28" I6"-24" 4, _ �, 16" - 24" 4"- 12" 4"- 12" 1"-12" 4" co 36" 4" ro 24" 4" ro 12" 4" ro 42" 4" ro 24" 4" ro 10" 4" ro 12" 12" ro 24" 4" - 24" 4" ro 12" 4" ro 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. �Classsification � Manufacturer � Water - Piues alves & Fittines/Resilient Seated Gate alve* 33-12-20 f05/13/151 � Resilien[ Wedged Uate Valve w.'no Gears American Flow Conttol � 12'13;'02 Resilien[ Wedge Ga[e Valve Ainerican Flow Conttol � 08.31.99 Resilien[ Wedge Ga[e Valve Ainerican Flow Conttol � 05;'18.99 Resilien[ Wedge Ga[e Valve Ainerican Flow Conttol � 10.24;'00 EI-26 Resilien[ Wedge Ga[e Valve American Flow Conttol � 08.'05;'(14 Resilien[ Wedge Ga[e Valve Ainerican Flow Conttol � 05.23.91 EI-26 Resilien[WedgeGa[eValve AmericanAVKComnany � 01.24;'02 EI-26 Resilien[WedgeGa[eValve AmericanAVKComnany I* EI-26 Resilien[SeatedGateValve Kennedy I * EI-26 Resilien[SeatedGateValve M&H I * EI-26 Resilien[SeatedGateValve MuellerCo. I II OP�99 Resilien[WedgeGa[eValve MuellerCo. � 01.23;'03 Resilien[ Wedge Ga[e Valve Mueller Co. � OS/13/OS Resilien[WedgeGa[eValve MuellerCo. � 01/31/06 Resilien[WedgeGateValve MuellerCo. � 012888 EI-26 Resilien[WedgeGateValve ClowValveCo. � 10/04/94 Resilien[WedgeGateValve ClowValveCo. � II.'08�99 EI-26 Resilien[WedQeGateValve ClowValveCo. I 1129;'04 Resilien[WedQeGa[eValve ClowValveCo. 11/30/12 Re�vilient Wed�.a Qaw Velva Clow Vulve Co. I OS'08'91 EI-26 Revilient Seated Gate Valve Srockham Valves & Fittinos � * LI-26 Resilient Seated Gate Valve U.S. Pipe and Puundry Co. � 1026;'16 33-12-20 Resilien[SeatedGa[eValve E.1(EastJordanlronWorks) I 08i24/18 Matro(iateValve Matco-Norca I � Water - PiuesNalves & Fittines/Rubber Seated Butterflv Valve 33-12-21 (07/10/141, � * E I-30 Rubber Sea[ed Bu[[erflv �'alve Henry Praa Co. � * EI-30 Rubber Sea[ed Bu[[erfly Valve Mueller Co. � I.'I I.'99 EI-30 Rubber Sea[ed Bu[[erfly Valve Duurik Valves Co. � 06;'12'03 EI-30 Valma[ic Amencan Bu[[erfly Valve Valma[ic Valve and Manufac[urin¢ CorV. � 04;'06;'07 EI-30 Rubber Seated Butterfly Valve M&H Valve � 03;'19;'18 33 12 21 Rubber Seated Butterfly Valve (i. A. Industties ((iolden Anderson) � 09;'03.24 33 12 21 Rubber Seated Butterfly Valve Amencan AVK Comnanv � � Water - Polvethvlene Eucasement 33-ll-10 (Ol/08/131, 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 (Ducnle Iron) 42" and 4S" APC 2500 American AVK Resilien[ SeaAed GV Series A2361 (SD 6647) Series A2360 for 18"-24" (SD 6709) Muel ler 30" dY 36", CS 15 Muel ler 42" dY 48", G515 16" RS GV (SD D-20995) Clow RW Valve(SD D-21652) Clow 30" dL 36" C-515 Cluw Valve Model 2638 Metroseul 250, reuuiroments SPL #74 E7 FIox�Mas[ei' Ga[e Valve & Boxes 225 MR Valma[ic Amencan Bu[[erfly Valve M&H Sryle 4500 3a 1450 AW'W'A (;Sf14 Bu[[erFly Vah'e A W W A C504 ButterFly Valve Class 250B � 05;'IZOS t1-13 Polyethylene8ncasment FlexsolPacka¢ing FulronEnterorises � OS/12/OS EI-13 Polye[hylene Encasmen[ Moun[ain S[a[es Plas[ics (MSP) and A8P Ind. S[andard Hardware � OS/12/OS EI-13 Polye[hYleneEncasmen[ AEPlndustries Bulls[rongbyCow[ownBol[&Gaske[ � 09/06/19 33-I I-I I Polye[hylene Encasmen[ Nor[hrown Produc[s Inc. PE Encasemen[ for DIP � � Water - Samoliu¢ Station 03;'0723 33 12 50 Water Sain lin 5[ation Ku ferle Poundr � Com ai Ecli se, Nwnber 88 , 12-inch De [h of Bur � H�4 33-F35B �+eN :f',az�� _.,, __,.c,-�.sm-�^"-''�� .._._� „��,,, ,< ..,�....,, ..�...�. .,_"_' � Water - Automatic Flusher IH(i6-A-IN-2-BRN-LPRR(Pottable) 102120 Auroma[ed Plushin¢ Sys[em Mueller Hydroguard HG2-A-IN--2-PVC-018-LPLG(Permanent) � 04/09/21 Auroinated Plushino System Kupferle Poundry Coinpuny Eclipse C9800wc I fM/09/21 Auroinated Plushino System Kupferle Poundry Coinpuny Eclipse#9700 (Purmble) � Updated: 11-6-24 National Spec Size AW'W'A (;515 AW'W'A (;515 AW'W'A (;515 AW'W'A (;515 AW'W'A (;515 AWWA(509 AW'W'A C'S15 AW'�VA C'S15 AW'�VA C'S15 AW'�VA C'S15 A W�VA (;509 AW'W'A (;515 AW'W'A (;515 AW'W'A C'S15 AWWAC515 A W W A C 509, ANSI 420 - stein, AW'W'A;'AN51 CI ISiAn21.15 AW'W'A C-504 AW'W'A C-504 AW'W'A C-504 AW'W'A C-504 AW'W'A C-504 AW'W'A C-504 AW'W'A C-504 AW�VA CI05 A W'�VA C' 105 A W'�VA C' 105 A W�VA (;105 This pruduc[ remuved IG" 30" and 36" 20" and 24" IG" 4" ro 12„ 42" and 4S" 4" ro 12„ zo� a�,a s�„auer 4" - 12'• 4" - 12" 4" - 12" IG" 24" and smaller 30" and 36" 42" and 48" 4" - 12'• IG" 24" anA srnaller 30" and 36" (Note 3) 24" ro 48"j�ote 31 4"-� � 3"ro16" 4" ro I G" 24„ 24"and smaller 24" anA lar¢er Uo ro S4" diaine[er 24" ro 4K„ 30"-54" 24" - 48" 8 mil LLD K mil LLD K mil LLD 8 mil LLD The Por[ Wor[h Wa[er Deparnnen['s 5[andard Produc[s Lis[ has been developed ro minimiu[he submi[[al review ofpiroAuc[s which meet the Fort Worth Water Deparnnent s StandarA Specification� dunng utiliry consnvc[ion pro�ec[s. When Technical Specifica[ions for specitic produc[s, are mcluded as par[ of[he Consn'uc[ion Connec[ Documen[s, [herequiremen[s of[he Technicel Specitication will overnAethe For[ Wonh Wa[er Depanmen['s S[andard Specifica[ions and [he Fon Wor[h Water Deparnnent � 5[andard Produc[s Lis[ and approval of [he specitic produc[s will be based on [he requirements of[he Technicel Specitica[ion whe[her or no[ the specific piroduct meets [he Fort Wor[h Water Deparnnent � Standard Specification� or is on [he Fon Wor[h Water Yel low Hiohlioht indicetes recent chenoes " From Original Standard Products List 6